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.

Hysbysiad o Gontract

New Build Housing Construction Framework

  • Cyhoeddwyd gyntaf: 20 Gorffennaf 2021
  • Wedi'i addasu ddiwethaf: 20 Gorffennaf 2021

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:
LHC on behalf of the Scottish Procurement Alliance (SPA)
ID Awudurdod:
AA79260
Dyddiad cyhoeddi:
20 Gorffennaf 2021
Dyddiad Cau:
03 Medi 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Bidders will not specifically apply to be on the Workstream 2 - Construction of Independent, Assisted and Residential Care Housing superlot.

Following the evaluation process all companies appointed to one or more of the value bands within workstream 2 (lots 7 and 8) will be automatically added to the respective superlot.

The superlot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the superlot, and call off will be through mini competition only.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

LHC on behalf of the Scottish Procurement Alliance (SPA)

6 Deer Park Avenue

Livingston

EH54 8AF

UK

Person cyswllt: Procurement Team

Ffôn: +44 1506894395

E-bost: procurement@lhc.gov.uk

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.scottishprocurement.scot

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com/


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Public sector framework provider

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

New Build Housing Construction Framework

Cyfeirnod: H2

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

This opportunity is listed on behalf of the Scottish Procurement Alliance (SPA).

LHC/SPA are seeking interest from suitable organisations for our New Build Housing Construction Framework. This Framework is the successor to our successful New Build Housing Construction Framework H1 in Scotland.

The framework will cover the geographical area of Scotland. (LHC will publish a separate tender for North and Central England and London and South East England).The framework will not be available within Wales or the South West of England.

The framework will include the development of new build housing projects, including but not limited to: - Traditional housing – Houses, bungalows, flats, apartments

- Care homes, extra care and supporting living accommodation

- Student accommodation

- Conversion of commercial buildings for residential use

- Rooftop developments

- Medium to high rise housing

- Key worker accommodation

- Net Zero Carbon and low energy buildings

- Mixed use sites, housing plus community or commercial buildings etc

- Development agreements and land purchases

- Associated groundworks, civil engineering and infrastructure works

- Site demolition and clearance

Certain workstreams/lots include the provision of groundworks and infrastructure works when associated to the main project scope, but they will also be included as standalone workstreams.

The full list of workstreams available under this framework is:

Workstream 1 - Low Rise Housing up to 11m Floor Height

Workstream 2 - Construction of Independent, Assisted and Residential Care Housing

Workstream 3 - Medium to High Rise Developments with Floor Heights Above 11m

Workstream 4 - Refurbishment, Conversions, Extensions and Adaptions

Workstream 5 - Groundworks and Site Preparation for New Build Housing Projects (including infrastructure)

Workstream 6 - Demolition, Decontamination and Associated Site Enabling Work

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 500 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Low Rise Housing up to 11m Floor Height - Projects with Individual Sites up to 9 Units - BUILD ONLY

II.2.2) Cod(au) CPV ychwanegol

45211100

45211200

45211300

45211340

45211341

45211360

45211350

45215210

45215212

45215213

45215214

45215215

45100000

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 covers Low Rise Housing up to 11m Floor Height -

Build Only - Projects with individual sites up to 9 Units

This lot encompasses all types of low rise housing up to 11m in height but typically up to 4 storeys high. This lot is for Build Only projects, companies applying to and appointed to this lot will not be required to offer a design service.

Call off contracts tendered through this lot will be for projects whereby each individual site comprises of up 9 units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 2

II.2.1) Teitl

Low Rise Housing up to 11m Floor Height- Projects with Individual Sites up to 9 Units - DESIGN AND BUILD

II.2.2) Cod(au) CPV ychwanegol

45100000

45211100

45211300

45211350

45211341

45211360

45215210

45215212

45215213

45215214

45215215

45211200

45211340

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 encompasses all types of low rise housing up to 11m in height but typically up to 4 storeys high.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

Call off contracts tendered through this lot will be for projects whereby each individual site comprises of up to 9 units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 3

II.2.1) Teitl

Low Rise Housing up to 11m Floor Height - Projects with Individual Sites of 10 to 30 Units

II.2.2) Cod(au) CPV ychwanegol

45211100

45211200

45211300

45211340

45211341

45211350

45215210

45215213

45215212

45215214

45100000

45211360

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 3 encompasses all types of low rise housing up to 11m in height but typically up to 4 storeys high.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

Call off contracts tendered through this lot will be for projects whereby each individual site comprises of between 10 to 30 Units

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 4

II.2.1) Teitl

Low Rise Housing up to 11m Floor Height - Projects with Individual Sites of 31 to 50 Units

II.2.2) Cod(au) CPV ychwanegol

45211000

45211100

45211300

45211340

45211200

45211341

45211350

45215210

45215212

45215213

45215214

45100000

45211360

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 4 encompasses all types of low rise housing up to 11m in height but typically up to 4 storeys high.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

Call off contracts tendered through this lot will be for projects whereby each individual site comprises of between 31 to 50 units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 5

II.2.1) Teitl

Low Rise Housing up to 11m Floor Height - Projects With Individual Sites of 51 to 100 Units

II.2.2) Cod(au) CPV ychwanegol

45211100

45211200

45211340

45211300

45211341

45215210

45215212

45215213

45215214

45215215

45100000

45211360

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 5 encompasses all types of low rise housing up to 11m in height but typically up to 4 storeys high.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

Call off contracts tendered through this lot will be for projects whereby each individual site comprises of between 51 to 100 units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 6

II.2.1) Teitl

Low Rise Housing up to 11m Floor Height - Projects With Individual Sites of Over 100 Units

II.2.2) Cod(au) CPV ychwanegol

45211100

45211200

45211300

45211340

45211350

45211360

45215210

45215212

45215213

45215215

45215214

45100000

45211341

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 6 encompasses all types of low rise housing up to 11m in height but typically up to 4 storeys high.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

Call off contracts tendered through this lot will be for projects whereby each individual site comprises of over 100 units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 7

II.2.1) Teitl

Construction of Independent, Assisted and Residential Care Housing - Projects up to 65 units / dwellings

II.2.2) Cod(au) CPV ychwanegol

45211000

45211200

45211300

45211340

45211350

45211341

45211360

45215210

45215212

45215213

45215214

45100000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

II.2.4) Disgrifiad o’r caffaeliad

Lot 7 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

This lot will cover projects with individual sites up to 65 units / dwellings

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 8

II.2.1) Teitl

Construction of Independent, Assisted and Residential Care Housing - Projects Over 65 units / dwellings

II.2.2) Cod(au) CPV ychwanegol

45211000

45211100

45211300

45211340

45211341

45211350

45211360

45211200

45215212

45215214

45215213

45100000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 8 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

This lot will cover projects with individual sites over 65 units / dwellings

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 9

II.2.1) Teitl

Medium Rise Developments with Floor Heights Between 11m and 30m

II.2.2) Cod(au) CPV ychwanegol

45211000

45211100

45211300

45215210

45211360

45211341

45211340

45211350

45215214

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 9 covers projects for Medium rise developments with floor heights between 11m and 30m, covering flats/apartments and mixed use projects.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 10

II.2.1) Teitl

High Rise Developments with Floor Heights Over 30m

II.2.2) Cod(au) CPV ychwanegol

45211000

45211100

45211300

45211350

45211340

45211341

45215214

45100000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 10 covers projects for high rise developments with floor heights over 30m, covering flats/apartments and mixed use projects.

Companies applying to and appointed to this lot will be required to offer a full design and build service.

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 11

II.2.1) Teitl

Refurbishment, Conversions, Extensions and Adaptions - Projects up to 2m GBP

II.2.2) Cod(au) CPV ychwanegol

45211000

45211100

45211200

45211341

45211340

45211350

45211360

45215210

45215212

45215213

45215214

45215215

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

II.2.4) Disgrifiad o’r caffaeliad

Lot 11 allows for a variety of projects including (but not limited to) the following types of projects:

-Refurbishment of individual properties

-Extensions and upgrades of existing properties for adaptions

-Extension of existing buildings

-‘Room on the roof’ adaptions

-Adaptions of existing areas within residential properties (e.g. conversion of public areas to flats, infill projects, garage conversions etc)

-Conversion of commercial properties to residential use

Call off contracts tendered through this lot will be for projects with a value up to 2m GBP

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 12

II.2.1) Teitl

Refurbishment, Conversions, Extensions and Adaptions - Projects Over 2m GBP

II.2.2) Cod(au) CPV ychwanegol

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

45215210

45215212

45215213

45215214

45215215

45100000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

II.2.4) Disgrifiad o’r caffaeliad

Lot 12 allows for a variety of projects including (but not limited to) the following types of projects:

-Refurbishment of individual properties

-Extensions and upgrades of existing properties for adaptions

-Extension of existing buildings

-‘Room on the roof’ adaptions

-Adaptions of existing areas within residential properties (e.g. conversion of public areas to flats, infill projects, garage conversions etc)

-Conversion of commercial properties to residential use

Call off contracts tendered through this lot will be for projects with a value over 2m GBP

In addition, where required associated groundworks, demolition works and other associated works can be included in a call off project.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 13

II.2.1) Teitl

Groundworks and Site Preparation for New Build Housing Projects - Projects up to 2m GBP

II.2.2) Cod(au) CPV ychwanegol

45100000

45113000

45211100

45211300

45211340

45200000

34928530

45111240

45232451

45232450

45211341

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 13 has been designed to allow for the procurement of the following works as standalone works projects:

- Site Set up,

- Retaining walls

- Drainage and Services

- Site hoarding

- Temporary service to site

- Associated works

- Adoptable Roadways

- Street lights

- Main foul and surface water drainage

- Civils work that may be required

- Ground stabilisation

Call off contracts tendered through this lot will be for projects with a value up to 2m GBP

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 14

II.2.1) Teitl

Groundworks and Site Preparation for New Build Housing Projects- Projects Over 2m GBP

II.2.2) Cod(au) CPV ychwanegol

45100000

45113000

45211100

45211300

45211340

45211341

45200000

34928530

45111240

45232451

45232450

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 14 has been designed to allow for the procurement of the following works as standalone works:

- Site Set up,

- Retaining walls

- Drainage and Services

- Site hoarding

- Temporary service to site

- Associated works

- Adoptable Roadways

- Street lights

- Main foul and surface water drainage

- Civils work that may be required

- Ground stabilisation

Call off contracts tendered through this lot will be for projects with a value over 2m GBP

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 15

II.2.1) Teitl

Demolition, Decontamination and Associated Site Enabling Works - Projects up to 2m GBP

II.2.2) Cod(au) CPV ychwanegol

45111000

45111100

45112000

45112340

45110000

45100000

45111250

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

The scope of Lot 15 will include the demolition, clearance and decontamination of a construction site to enable further development works to commence. These services may include:

-Demolition

-Site clearance

-Diversion and/or disconnection of existing site services

-Geotechnical and exploratory ground investigation and surveys

-Separation from existing buildings

-Decontamination.

-Ground improvement and/or compaction.

-Creation of access routes, ramps, security provisions and signage

-Provision of utilities to the site (temporary or permanent)

Call off contracts tendered through this lot will be for projects with a value up to 2m GBP

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 16

II.2.1) Teitl

Demolition, Decontamination and Associated Site Enabling Works - Projects Over 2m GBP

II.2.2) Cod(au) CPV ychwanegol

45111000

45111100

45111200

45111220

45111250

45112000

45112340

45110000

45100000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Lot 16 will include the demolition, clearance and decontamination of a construction site to enable further development works to commence. These services may include:

-Demolition

-Site clearance

-Diversion and/or disconnection of existing site services

-Geotechnical and exploratory ground investigation and surveys

-Separation from existing buildings

-Decontamination.

-Ground improvement and/or compaction.

-Creation of access routes, ramps, security provisions and signage

-Provision of utilities to the site (temporary or permanent)

Call off contracts tendered through this lot will be for projects with a value over 2m GBP

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

LHC will use the criteria set out in the SQ document and this Contract Notice to shortlist Bidders to be taken through to the ITT stage.

All Bidders who pass the exclusion and eligibility requirements, and achieve a minimum of 50 percent (of a possible 100 percent) from the scored shortlisting criteria will be invited to the ITT stage. The scored shortlist assessment criteria will be based on the following topics:

- Case studies

- Project and Risk Management

- Construction Phase Health and Safety

- Customer Service

- Approach to Handover

- Cost Planning

- Considerate Constructors Scheme

- Regional Capability and Experience

- Approach to the Procurement and Management of the Supply Chain

As such LHC do not have a maximum number of candidates that we will shortlist and following the assessment of the selection stage submissions, LHC will shortlist to ITT stage all candidates that meet the minimum score threshold of 50 percent.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 17

II.2.1) Teitl

Workstream 1 - Low Rise Housing up to 11m Floor Height Superlot

II.2.2) Cod(au) CPV ychwanegol

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

II.2.4) Disgrifiad o’r caffaeliad

Workstream 1 - Low Rise Housing up to 11m Floor Height Superlot

Bidders will not specifically apply to be on the Workstream 1 - Low Rise Housing up to 11m Floor Height Superlot. Following the evaluation process all companies appointed to one or more of the value bands within workstream 1 (lots 1 to 6) will be automatically added to the respective superlot. The superlot can be used for call off opportunities where one of the following criteria applies

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the superlot, and call off will be through mini competition only.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 18

II.2.1) Teitl

Workstream 2 - Construction of Independent, Assisted and Residential Care Housing Superlot

II.2.2) Cod(au) CPV ychwanegol

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Bidders will not specifically apply to be on the Workstream 2 - Construction of Independent, Assisted and Residential Care Housing superlot.

Following the evaluation process all companies appointed to one or more of the value bands within workstream 2 (lots 7 and 8) will be automatically added to the respective superlot.

The superlot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the superlot, and call off will be through mini competition only.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 19

II.2.1) Teitl

Workstream 3 - Medium to High Rise Developments with Floor Heights Above 11 m Superlot

II.2.2) Cod(au) CPV ychwanegol

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

II.2.4) Disgrifiad o’r caffaeliad

Bidders will not specifically apply to be on the Workstream 3 - Medium to High Rise Developments with Floor Heights Above 11m superlot.

Following the evaluation process all companies appointed to one or more of the value bands within workstream 3 (lots 9 and 10) will be automatically added to the respective superlot.

The superlot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the superlot, and call off will be through mini competition only.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 20

II.2.1) Teitl

Workstream 4 - Refurbishment, Conversions, Extensions and Adaptions Superlot

II.2.2) Cod(au) CPV ychwanegol

45211000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Bidders will not specifically apply to be on the Workstream 4 - Refurbishment, Conversions, Extensions and Adaptions superlot.

Following the evaluation process all companies appointed to one or more of the value bands within workstream 4 (lots 11 and 12) will be automatically added to the respective superlot.

The superlot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the superlot, and call off will be through mini competition only.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 21

II.2.1) Teitl

Workstream 5 - Groundworks and Site Preparation for New Build Housing Projects Superlot

II.2.2) Cod(au) CPV ychwanegol

45100000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Bidders will not specifically apply to be on the Workstream 5 - Groundworks and Site Preparation for New Build Housing Projects Superlot. Following the evaluation process all companies appointed to one or more of the value bands within workstream 5 (lots 13 and 14) will be automatically added to the respective superlot. The superlot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the superlot, and call off will be through mini competition only.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Rhif y Lot 22

II.2.1) Teitl

Workstream 6 - Demolition, Decontamination and Associated Site Enabling Works Superlot

II.2.2) Cod(au) CPV ychwanegol

45100000

II.2.3) Man cyflawni

Cod NUTS:

UKM5

UKM6

UKM7

UKM8

UKM9

UKM

II.2.4) Disgrifiad o’r caffaeliad

Bidders will not specifically apply to be on the Workstream 6 - Demolition, Decontamination and Associated Site Enabling Works Superlot.

Following the evaluation process all companies appointed to one or more of the value bands within workstream 6 (lots 15 and 16) will be automatically added to the respective superlot.

The superlot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the superlot, and call off will be through mini competition only.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Capability / Pwysoliad: 60%

Maes prawf ansawdd: Regional Capability / Pwysoliad: 20%

Price / Pwysoliad:  20%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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 III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

UKAS (or equivalent certified by a member of the International Accreditation Forum IAF) certificate of compliance in accordance with ISO 45001 (or equivalent).

UKAS (or equivalent certified by a member of the International Accreditation Forum IAF) independent third-party certificate of compliance with BS EN ISO 14001. Where a Bidder holds Constructionline Gold they can upload this as evidence of compliance.

UKAS (or equivalent certified by a member of the International Accreditation Forum IAF) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 Where a Bidder holds Constructionline Gold they can upload this as evidence of compliance.

Warranties

Bidders will be required to offer a minimum 10-year warranty for all new build projects via NHBC or equivalent body (see specification). However Bidders should note a 12-year warranty may be required by clients for rental properties. If Bidders are any doubt regarding the suitability of the warranty your organisation can offer please contact the procurement team straight away with details of your accreditation using the messaging function within the e-tendering portal.

Workstream 6 Demolition Only -

Bidders to be a member of the National Federation of Demolition Contractors (NFDC) or the National Demolition Association (NDA)

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Performance management

As part of it's monitoring of the performance of projects delivered through this framework, following completion

of each project LHC will require the relevant appointed company to provide project performance data based on

a standardised set of key performance metrics.

Social Value and community benefits

Successful bidders appointed to this framework will be expected to work with LHC and our clients to support

in the identification and subsequent delivery of social value and community benefits. As such, appointed

companies will be required to provide evidence to LHC for each project secured through this framework that

they have discussed and identified opportunities to deliver social value and/or community benefits in conjunction

with the project and subsequently delivered the identified opportunity

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

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

The procurement involves the establishment of a framework agreement with several operators.

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:

2021/S 000-000706

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 03/09/2021

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 15/12/2021

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Scottish Procurement Alliance. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Scotland as defined by the Public Contracts (Scotland) Regulations 2016 and as listed on https://

www.scottishprocurement.scot/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces,fire and rescue services or registered charities.

The contracting authority does not intend to include a sub-contract clause (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

As this is a tender for the establishment of a framework this is not appropriate but may be included in call off contracts

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

LHC/SPA clients are required to consider community benefits on each and every contract. Bidders must beware that clients may add community benefit requirements in their call off contracts from this Framework including but not limited to:

— to generate employment and training opportunities for priority groups;

— vocational training;

— to up-skill the existing workforce;

— equality and diversity initiatives;

— to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

— supply-chain development activity;

— to build capacity in community organisations;

— educational support initiatives.

Please use the following link, and select LHC using the 'Portal' or 'Organisation' drop down filter to access the tender on LHC's eTendering

portal.

https://procontract.due-north.com/Opportunities

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

The contracting authority does not intend to include a sub-contract clause (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

As this is a tender for the establishment of a framework this is not appropriate but may be included in call off contracts.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

As a not-for-profit organisation, any surplus generated over the financial year is re-distributed into SPA’s Community Benefit Fund. SPA’s Executive Board members are eligible to apply for a portion of the fund each year to use for projects for their local community.

We work in partnership with Lintel Trust who manage the fund and support Executive Board members in their delivery of community benefit projects, including sourcing match funding. Projects and causes must meet specific criteria determined by partners to ensure the Fund is used to support local needs and communities.

(SC Ref:660923)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Livingston Sheriff Court and Justice of the Peace Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

UK

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

Livingston Sheriff Court and Justice of the Peace Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

19/07/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45215210 Gwaith adeilad ar gyfer llety preswyl a gymorthdelir Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig ag iechyd a gwasanaethau cymdeithasol, ar gyfer amlosgfeydd a chyfleusterau cyhoeddus
45211341 Gwaith adeiladau fflatiau Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45211340 Gwaith adeiladu adeiladau aml-annedd Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45211350 Gwaith adeiladu adeiladau amlswyddogaethol Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45211000 Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol Gwaith adeiladu adeiladau
45211100 Gwaith adeiladu ar gyfer tai Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45215213 Gwaith adeiladu cartrefi nyrsio Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig ag iechyd a gwasanaethau cymdeithasol, ar gyfer amlosgfeydd a chyfleusterau cyhoeddus
45215215 Gwaith adeiladu cartrefi plant Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig ag iechyd a gwasanaethau cymdeithasol, ar gyfer amlosgfeydd a chyfleusterau cyhoeddus
45215214 Gwaith adeiladu cartrefi preswyl Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig ag iechyd a gwasanaethau cymdeithasol, ar gyfer amlosgfeydd a chyfleusterau cyhoeddus
45215212 Gwaith adeiladu cartrefi ymddeol Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig ag iechyd a gwasanaethau cymdeithasol, ar gyfer amlosgfeydd a chyfleusterau cyhoeddus
45211360 Gwaith adeiladu datblygu trefol Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45232450 Gwaith adeiladu systemau draenio Gwaith ategol ar gyfer piblinellau a cheblau
45211300 Gwaith adeiladu tai Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45211200 Gwaith adeiladu tai gwarchod Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
45112000 Gwaith cloddio a symud pridd Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd
45112340 Gwaith dihalogi pridd Gwaith cloddio a symud pridd
45111240 Gwaith draenio’r tir Gwaith dymchwel, paratoi a chlirio safleoedd
45111100 Gwaith dymchwel Gwaith dymchwel, paratoi a chlirio safleoedd
45110000 Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd Gwaith paratoi safleoedd
45111000 Gwaith dymchwel, paratoi a chlirio safleoedd Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd
45111200 Gwaith paratoi a chlirio safleoedd Gwaith dymchwel, paratoi a chlirio safleoedd
45100000 Gwaith paratoi safleoedd Gwaith adeiladu
45113000 Gwaith safle Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd
45111220 Gwaith tynnu prysgwydd Gwaith dymchwel, paratoi a chlirio safleoedd
45111250 Gwaith ymchwilio tir Gwaith dymchwel, paratoi a chlirio safleoedd
34928530 Lampau stryd Dodrefn ffordd
45232451 Systemau draenio a gwaith arwyneb Gwaith ategol ar gyfer piblinellau a cheblau

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:
procurement@lhc.gov.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.