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

CP6 IP Southern Multi-Discipline (SMD) Framework

  • Cyhoeddwyd gyntaf: 11 Ionawr 2019
  • Wedi'i addasu ddiwethaf: 11 Ionawr 2019

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:
Cyhoeddwyd gan:
Network Rail Infrastructure Ltd
ID Awudurdod:
AA73642
Dyddiad cyhoeddi:
11 Ionawr 2019
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Management and delivery of multi-disciplinary works through a Framework Agreement covering all categories of railway assets including both enhancements and renewals and comprising: building and civils, electrification, power, signalling, telecommunications and track works.

Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Network Rail Infrastructure Ltd

02904587

1 Eversholt Street

London

NW1 2DN

UK

Person cyswllt: Lee Ratcliffe

Ffôn: +44 7540970807

E-bost: IPSFramework@networkrail.co.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.networkrail.co.uk

Cyfeiriad proffil y prynwr: www.networkrail.co.uk

I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

CP6 IP Southern Multi-Discipline (SMD) Framework

II.1.2) Prif god CPV

45234100

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Network Rail has carried out a procurement exercise to establish a framework for the management and delivery of multi-disciplinary works across Anglia, Southeast and Wessex routes. The framework will cover works to all categories of railway assets including enhancements and renewals comprising: building and civils, electrification, power, signalling, telecommunications and track works. The scope of the framework also includes design works.

These works will be undertaken primarily on Anglia, Southeast and Wessex routes; however the framework is available for use by other Network Rail regions across the UK Rail Network.

Network Rail has appointed three framework Contractors, one to each of the 3 routes.

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: 7 000 000 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

45000000

45200000

45213000

45234000

71300000

71320000

71500000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Anglia, Southeast and Wessex Routes

II.2.4) Disgrifiad o’r caffaeliad

Management and delivery of multi-disciplinary works through a Framework Agreement covering all categories of railway assets including both enhancements and renewals and comprising: building and civils, electrification, power, signalling, telecommunications and track works.

Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.

II.2.5) Meini prawf dyfarnu

Price

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Each of the 3 Framework Agreements have an initial duration of 5 years with a right for Network Rail to extend for up to 3 years (3 x 12 month periods). The initial period will cover works envisaged to take place from Year 1 onwards of Control Period 6 (CP6) and therefore from April 2019 — 2024. The options to extend for Years 1, 2 and 3 of Control Period 7 (CP7) will be subject to funding approval at the time.

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: Ydy

II.2.14) Gwybodaeth ychwanegol

As this framework will cover both renewal and enhancement works, there is potential that certain projects called off under this framework maybe, either in full or in part, funded by the European Union.

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:

2018/S 030-066117

Section V: Dyfarnu contract

Rhif y Lot: N/A

Rhif Contract: 1

Teitl: Anglia

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

19/12/2018

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7

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

V.2.3) Enw a chyfeiriad y contractwr

J Murphy and Sons Ltd

00492042

Hiview House, Highgate Road

London

NW5 1TN

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: N/A

Rhif Contract: 2

Teitl: Southeast

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

19/12/2018

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7

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

V.2.3) Enw a chyfeiriad y contractwr

Bam Nuttall Ltd

305189

St James House, Knoll Road

Camberley

GU15 3XW

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 7 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: N/A

Rhif Contract: 3

Teitl: Wessex

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

19/12/2018

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7

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

V.2.3) Enw a chyfeiriad y contractwr

Geoffrey Osborne Ltd

00873093

Fonteyn House, 47-49 London Road

Reigate

RH2 9PY

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 7 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

This procurement related to the appointment of a single framework provider for each of the three routes – Anglia, Southeast and Wessex (which form Network Rail's Southern region). The procurement was not divided into lots and the routes have been allocated to the three highest scoring tenderers based on tenderer preferences (as relevant, where a tenderer tendered for more than one route), starting with the preference specified by the highest scoring tenderer.

The call-off process under each framework provides that, in certain circumstances, one route contractor may be required to carry out work in another route and/or participate in mini-competitions with the other two route contractors to be awarded work. In addition, the call-off process under the framework also provides that in certain circumstances, other Network Rail regions may use one or more of the framework contractors to award renewals and enhancement works.

The value stated in Section II.1.7 is the estimated overall value of the framework (across the three routes) covering the initial period and assuming the options to extend are exercised. Whilst Network Rail retains some understanding of the value of the renewals portfolio, due to the way enhancement schemes are funded, the value of enhancements is purely indicative and subject to change. For the purposes of assessing the overall value across the 3 route frameworks, Network Rail assumed that 100 % of the Enhancement schemes for CP6, known at the time of publication of the OJEU Contract Notice, would be progressed. In addition, the volume of work within CP7 is unknown and therefore Network Rail based the value of the three x 12 months extensions upon CP6 estimates at the time of publication of the OJEU contract notice. Recognising these constraints, the estimated total value of the framework (across the three routes) may be in the region of 2 000 000 000 — 7 000 000 000 GBP but given the uncertainty over volumes and funding commitments, the overall value across the 3 routes may vary and therefore may be higher or lower than this range.

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.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

Network Rail incorporated a minimum 10 calendar day standstill period prior to entering into these Framework Agreements.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

The High Court

London

WC2A 1AA

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

08/01/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45213000 Gwaith adeiladu ar gyfer adeiladau masnachol, warysau ac adeiladau diwydiannol, adeiladau sy’n gysylltiedig â thrafnidiaeth Gwaith adeiladu adeiladau
45234000 Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer, ar gyfer priffyrdd, ffyrdd, meysydd glanio a rheilffyrdd; gwaith ar y gwastad
45234100 Gwaith adeiladu rheilffyrdd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
71500000 Gwasanaethau goruchwylio safleoedd adeiladu Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio

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:
IPSFramework@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.