Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Monmouthshire County Council
PPON PMQT-2889-YGXR
County Hall, Rhadyr
Usk
NP15 1GA
UK
Ffôn: +44 1633644068
E-bost: philsutton@monmouthshire.gov.uk
NUTS: UKL21
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.monmouthshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0277
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Caldicot MUR Phase 1 - NEC Project Management Services for Construction
II.1.2) Prif god CPV
71541000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Contracting Authority has developed plans for a new active travel route in Caldicot Castle Country Park, Monmouthshire, known as the Caldicot Multi User Route (MUR) Phase 1, that will create a strategic link in the local active travel network, creating multiple benefits for the local community, environment and economy.
The Contracting Authority required a Supplier to provide NEC Project Management services (Project Manager, Quantity Surveyor, Works Supervisor) for the tender and construction stages of the scheme.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 122 078.85 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKL21
Prif safle neu fan cyflawni:
Caldicot Castle Country Park
II.2.4) Disgrifiad o’r caffaeliad
The Contracting Authority has developed plans for a new active travel route in Caldicot Castle Country Park, Monmouthshire, known as the Caldicot Multi User Route (MUR) Phase 1, that will create a strategic link in the local active travel network, creating multiple benefits for the local community, environment and economy.
The Contracting Authority required a Supplier to provide NEC Project Management services (Project Manager, Quantity Surveyor, Works Supervisor) for the tender and construction stages of the scheme.
II.2.5) Meini prawf dyfarnu
Price
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Dyfarnu contract heb gyhoeddi galwad am gystadleuaeth yng Nghyfnodolyn Swyddogol yr Undeb Ewropeaidd ymlaen llaw
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:
Mae’r caffaeliad y tu allan i gwmpas cymhwysiad y gyfarwyddeb
Esboniad
Call off from SEWTAPS Framework (Held by ARDAL, Cardiff Council) for the reasons set out out below:
Urgency
-Time Constraints and Programme Risk. The project timetable is very tight to enable a construction tender process to start with sufficient time to not risk jeopardising funding, programme delivery and MCC reputation.
-Unavoidable and not Council-induced. Unavoidable delays have made a mini competition process unfeasible.
-Impact on forward programme. Appointed supplier's previous involvement in adjoining scheme means they possess detailed site-specific knowledge, including historical challenges and resolutions. A continuity of provision reduces familiarisation time and risk of miscommunication, ensuring more effective delivery, reducing risk of construction stage not meeting programme and funding deadlines.
Extension of existing services
-Technical Continuity and Compatibility. Appointed supplier previously delivered NEC PM services for adjoining scheme construction. Their familiarity with the site, construction history, and resolved issues ensures technical continuity. A change in supplier would risk incompatibility with existing processes, potentially causing disproportionate technical difficulties, delays and requiring reworking. Appointed supplier's continued involvement mitigates these risks.
-Established Partnership and Performance. Appointed supplier has built a strong and effective working relationship with MCC staff, demonstrated high-quality service, problem-solving capabilities, and proactive contract management. This relationship is an intangible asset and their continued involvement reduces time required for familiarization and MCC contractor management and risk of project progress slippage.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
10/02/2026
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Nifer y tendrau a ddaeth i law gan BBaChau: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
WSP UK Ltd
70 Chancery Lane
London
WC2A 1AF
UK
NUTS: UKL22
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 120 000.00 GBP
Cyfanswm gwerth y contract/lot: 122 078.85 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
Award of contract via SEWTAPS Framework
(WA Ref:163638)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
02/04/2026