Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

Network Rail North West & Central Region CP7 Frameworks: Framework Category D

  • Cyhoeddwyd gyntaf: 13 Chwefror 2024
  • Wedi'i addasu ddiwethaf: 13 Chwefror 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-032f1a
Cyhoeddwyd gan:
Network Rail Infrastructure Ltd
ID Awudurdod:
AA73642
Dyddiad cyhoeddi:
13 Chwefror 2024
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Network Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays.

The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

UK

Ffôn: +44 1908781000

E-bost: sam.allsop@networkrail.co.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.networkrail.co.uk/

I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Network Rail North West & Central Region CP7 Frameworks: Framework Category D

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Network Rail has put in place a number of frameworks for Control Period 7 (CP7) for the delivery of capital works in the North West & Central Region. These frameworks are divided into categories and separate Contract Award Notices relate to each of them. This Contract Award Notice relates to Framework Category D.

CP7 covers the 5 year period from 1st April 2024 to 31st March 2029.

The North West & Central Region (Region and referred to as R in the lots and sub-lots) is formed of 3 routes, North West (NW), Central (C) and West Coast South (WCS). Some lots within this Contract Award Notice relate to the Region and others relate to one or more routes.

Additional information on the Region (including the geographical areas covered by these 3 routes) can be found at: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/

Framework Category D

This category relates to the delivery of “minor and reactive works” (each with a value up to £100k) relating to planned, unplanned and cyclical maintenance requirements, with discipline specific lots for Civil Engineering and Buildings, across different geographical areas within the Region as described in section II.2 in more detail.

The scope of works proposed to be delivered under Framework Category D is:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice (Note: Does not apply to all lots, see section II.2 for more detail on each lot)

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These works to Network Rail’s assets may incorporate inspection, maintenance, repair, partial or whole renewal.

Network Rail has appointed suppliers to this Framework Category D across two discipline lots and geographical sub-lots as follows:

Civil Engineering (Structures & Geotechnical)

Lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers

Lot D1 (R) Civil Engineering (Structures & Geotechnical) across the full Region: 2 Suppliers

Buildings

Lot D2 (NW) Buildings in North West Route area only: 3 Suppliers

Lot D2 (C&WCS) Buildings in combined Central Route and West Coast South Route areas only: 3 Suppliers

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 229 000 000.00 GBP

II.2) Disgrifiad

Rhif y Lot D1 (OC)

II.2.1) Teitl

Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)

II.2.2) Cod(au) CPV ychwanegol

45100000

45200000

45221112

45221122

45221242

45234100

45234114

71320000

71322000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays.

The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

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

Rhif y Lot D1 (R)

II.2.1) Teitl

Lot D1 (R) Civil Engineering (Structures & Geotechnical)

II.2.2) Cod(au) CPV ychwanegol

45100000

45200000

45221112

45221122

45221242

45234100

45234114

71320000

71322000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region.

The scope of works which Network Rail may require comprises:

• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Bridges (underbridges, overbridges, footbridges, property rafts)

• Viaducts

• Tunnels

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Structures and works associated with river, coastal and estuarine defences

• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)

• Mining (mine workings, shafts and adits)

• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)

Each order under the framework agreement will be categorised by the Network Rail to detail the required response time as follows:

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

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

Rhif y Lot D2 (NW)

II.2.1) Teitl

Lot D2 (NW) Buildings

II.2.2) Cod(au) CPV ychwanegol

45210000

45213320

45213321

45300000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the North West Route area. This is a geographical sub-lot comprising the North West Route. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Asbestos management and removal

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

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

Rhif y Lot D2 (C&WCS)

II.2.1) Teitl

Lot D2 (C&WCS) Buildings

II.2.2) Cod(au) CPV ychwanegol

45210000

45213320

45213321

45300000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Network Rail has appointed three framework supplier(s) to deliver a proportion of the Buildings minor works and reactive workbank across the combined Central Route and West Coast South Route areas. This is a geographical sub-lot comprising the combined Central Route and West Coast South Route areas. Network Rail is not intending to appoint a regional framework supplier for this framework discipline as part of Framework Category D.

The scope of works which Network Rail may require comprises:

• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.

• All trades generally associated with buildings works on or around the railway infrastructure and its associated surroundings. Including all works associated with buildings fabric, finishes, and associated external structures or surroundings.

• Survey, investigation, and testing

• Outline and detailed design (including temporary works)

• Implementation

• Enabling works for inspections and assessments

• Demolition

• Asbestos management and removal

• Booking of possessions, isolations, and road closures

• Statutory consents and permissions

• If directed by Network Rail, third party access agreements

These Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:

• Stations (assets contained within such as buildings, platforms, footbridges, train sheds, canopies)

• Light maintenance depots

• Maintenance delivery units

• Critical lineside buildings (signal boxes, route operating centres, relay rooms)

• Non-critical lineside buildings

• Supply chain operations sites

• Car parks, footpaths, and hardstanding

• Walls (boundary, retaining and acoustic barriers)

• Drainage including culverts

• Equipment and systems contained within the assets listed above, including M&E systems, air handling units, fire systems, safe access systems, CCTV/auto gates /bollards and shutters, gas/oil fired heating systems, air conditioning and ventilation, electrical power and lighting installations, water distribution systems, electrical & plant equipment.

Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows:

• Emergency – Attend within 2 hours from receipt of order

• Urgent – Attend within 24 hours from receipt of order

• Routine – Attend within 7 days from receipt or order

• Programmed – As stated on the order

Service will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The three successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial term of the framework will be 3 years (following a 2 month mobilisation period) with an option, subject to each successful supplier's performance during the initial term and on-going Network Rail requirements, to extend for a further period of up to 2 years.

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

negodi gyda galwad am gystadleuaeth

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-016353

Section V: Dyfarnu contract

Rhif y Lot: D1 (OC)

Teitl: Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 6

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amalgamated Construction Ltd

Leeds

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D1 (OC)

Teitl: Lot D1 (O-C) Civil Engineering (Structures & Geotechnical)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 6

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

QTS Group Ltd

South Lanarkshire

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D1 (R)

Teitl: Lot D1 (R) Civil Engineering (Structures & Geotechnical)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Construction Marine Ltd

Leeds

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D1 (R)

Teitl: Lot D1 (R) Civil Engineering (Structures & Geotechnical)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

J Murphy & Sons

London

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D2 (NW)

Teitl: Lot D2 (NW) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 9

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amalgamated Construction Ltd

Leeds

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D2 (NW)

Teitl: Lot D2 (NW) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 9

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

CK Rail Solutions Ltd

Sheffield

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D2 (NW)

Teitl: Lot D2 (NW) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 9

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

JSS Rail Limited

St Albans

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D2 (C&WCS)

Teitl: Lot D2 (C&WCS) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 6

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Amalgamated Construction Ltd

Leeds

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D2 (C&WCS)

Teitl: Lot D2 (C&WCS) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 6

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

CK Rail Solutions Ltd

Sheffield

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: D2 (C&WCS)

Teitl: Lot D2 (C&WCS) Buildings

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

12/01/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 6

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

JSS Rail Limited

St Albans

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

The estimated value at II.1.7 relates to the full duration of the agreement, including the mobilisation period (2-3 months), initial term (36 months) and renewal options (24 months).

The estimated total value at section II.1.7 is based on Network Rail’s current forecast of future spend under the frameworks. It should be noted, however, that these values are Network Rail’s best estimate based on currently available information, and in particular that any third party spend is not certain at this stage. The final value of the frameworks may therefore be higher or lower.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court

London

WC2A 1AA

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

The High Court

London

WC2A 1AA

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

12/02/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45213320 Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig â thrafnidiaeth rheilffyrdd Gwaith adeiladu ar gyfer adeiladau masnachol, warysau ac adeiladau diwydiannol, adeiladau sy’n gysylltiedig â thrafnidiaeth
45234114 Gwaith adeiladu argloddiau rheilffordd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45213321 Gwaith adeiladu gorsafoedd trenau Gwaith adeiladu ar gyfer adeiladau masnachol, warysau ac adeiladau diwydiannol, adeiladau sy’n gysylltiedig â thrafnidiaeth
45221112 Gwaith adeiladu pontydd rheilffordd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45234100 Gwaith adeiladu rheilffyrdd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45221122 Gwaith adeiladu traphontydd rheilffordd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45221242 Gwaith adeiladu twneli rheilffordd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
45300000 Gwaith gosod ar gyfer adeiladau Gwaith adeiladu
45100000 Gwaith paratoi safleoedd Gwaith adeiladu
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
71322000 Gwasanaethau dylunio peirianneg ar gyfer adeiladu gwaith peirianneg sifil Gwasanaethau dylunio peirianneg

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
sam.allsop@networkrail.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.