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

Design and Build of Improvement Works to Gypsey and Traveller Sites

  • Cyhoeddwyd gyntaf: 17 Mehefin 2025
  • Wedi'i addasu ddiwethaf: 17 Mehefin 2025
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

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-054472
Cyhoeddwyd gan:
City of Doncaster Council
ID Awudurdod:
AA83538
Dyddiad cyhoeddi:
17 Mehefin 2025
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The underlying contract is awarded via a mini competition from E N Procure DPS for Installation, Responsive Repairs and Maintenance (Lot 29) (OJEU reference 2019/S 187-453493) to procure works for for a 2-stage tender process to select a Management Contractor, whereby:

Stage 1 - Pricing is based on Preconstruction Services and Preliminaries. Copies of all the design information was provided to bidders so that they may assess the extent and nature of the required design review and modification, value management process and the pricing of the works to achieve the Employer’s Budget.

The intention is that one contractor will be appointed at the end of stage 1 and enter into a Preconstruction Services Agreement to undertake stage 2.

The selection of the Contractor was based on a 40%:60% price quality evaluation (quality including 10% Social Value). The successful outcome of Stage 1 will be the selection of the Contractor and award of the Preconstruction Services Agreement

The works comprise construction of 39 new pods across 3 sites and associated works in accordance with the scope, Employer’s and statutory requirements.

The works shall be completed to meet the requirements of City of Doncaster Council (CDC) and St Leger Homes of Doncaster (SLHD).

During the Pre-Construction Services, the Contractor will be required to review the current designs including all detailed drawings, specifications, calculations, and assessments along with the Employer’s additional requirements to provide cost advice for achieving the Employer’s Budget Cost of £5 million. SLHD have engaged with Waldeck Consulting to undertake Architectural, Structural/Civil, and Surveying services for the Planning and development of the pre-manufactured pod units at the three-sites G&T sites, to RIBA Stage 4 (restricted to RIBA Stages 3 and 4). Waldeck have produced full planning application for the three sites and development of the internal designs including development and guidance on fire requirements.

The Contractor is required to provide a programme for identifying the tasks and actions necessary to review, modify and value engineer / manage the current design proposals to develop the Project Works Cost Plan and deliver the works in accordance with the Employer’s Budget Cost.

The Contractor shall be required to work collaboratively with the Employer and Employer’s project team to undertake the design review to achieve the Project Objectives and required viability including the development and tendering of sub-packages for agreed solutions, scopes and specifications defined in accordance with the design review process.

Subject to achieving an acceptable Project Works Cost and the Employer’s Instruction to award the building contract for completing the works, the Contractor will Construct all parts of the works in accordance with the Employer’s requirements and the Scope developed and agreed under the PCSA.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

City of Doncaster Council

Civic Court, Waterdale

Doncaster

DN1 3BU

UK

Person cyswllt: Mr Jed Turner

Ffôn: +44 7788411495

E-bost: jed.turner@efficiencynorth.org

NUTS: UKE31

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.efficiencynorth.org/procure

Cyfeiriad proffil y prynwr: https://www.efficiencynorth.org/procure

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Tai ac amwynderau cymunedol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Design and Build of Improvement Works to Gypsey and Traveller Sites

Cyfeirnod: DN696217

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

The underlying contract is awarded via a mini competition from E N Procure DPS for Installation, Responsive Repairs and Maintenance (Lot 29) (OJEU reference 2019/S 187-453493) to procure works for for a 2-stage tender process to select a Management Contractor, whereby:

Stage 1 - Pricing is based on Preconstruction Services and Preliminaries. Copies of all the design information was provided to bidders so that they may assess the extent and nature of the required design review and modification, value management process and the pricing of the works to achieve the Employer’s Budget.

The intention is that one contractor will be appointed at the end of stage 1 and enter into a Preconstruction Services Agreement to undertake stage 2.

The selection of the Contractor was based on a 40%:60% price quality evaluation (quality including 10% Social Value). The successful outcome of Stage 1 will be the selection of the Contractor and award of the Preconstruction Services Agreement

The works comprise construction of 39 new pods across 3 sites and associated works in accordance with the scope, Employer’s and statutory requirements.

The works shall be completed to meet the requirements of City of Doncaster Council (CDC) and St Leger Homes of Doncaster (SLHD).

During the Pre-Construction Services, the Contractor will be required to review the current designs including all detailed drawings, specifications, calculations, and assessments along with the Employer’s additional requirements to provide cost advice for achieving the Employer’s Budget Cost of £5 million. SLHD have engaged with Waldeck Consulting to undertake Architectural, Structural/Civil, and Surveying services for the Planning and development of the pre-manufactured pod units at the three-sites G&T sites, to RIBA Stage 4 (restricted to RIBA Stages 3 and 4). Waldeck have produced full planning application for the three sites and development of the internal designs including development and guidance on fire requirements.

The Contractor is required to provide a programme for identifying the tasks and actions necessary to review, modify and value engineer / manage the current design proposals to develop the Project Works Cost Plan and deliver the works in accordance with the Employer’s Budget Cost.

The Contractor shall be required to work collaboratively with the Employer and Employer’s project team to undertake the design review to achieve the Project Objectives and required viability including the development and tendering of sub-packages for agreed solutions, scopes and specifications defined in accordance with the design review process.

Subject to achieving an acceptable Project Works Cost and the Employer’s Instruction to award the building contract for completing the works, the Contractor will Construct all parts of the works in accordance with the Employer’s requirements and the Scope developed and agreed under the PCSA.

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: 5 245 673.00 GBP

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The underlying contract is awarded via a mini competition from E N Procure DPS for Installation, Responsive Repairs and Maintenance (Lot 29) (OJEU reference 2019/S 187-453493) to procure works for for a 2-stage tender process to select a Management Contractor, whereby:

Stage 1 - Pricing is based on Preconstruction Services and Preliminaries. Copies of all the design information was provided to bidders so that they may assess the extent and nature of the required design review and modification, value management process and the pricing of the works to achieve the Employer’s Budget.

The intention is that one contractor will be appointed at the end of stage 1 and enter into a Preconstruction Services Agreement to undertake stage 2.

The selection of the Contractor was based on a 40%:60% price quality evaluation (quality including 10% Social Value). The successful outcome of Stage 1 will be the selection of the Contractor and award of the Preconstruction Services Agreement

The works comprise construction of 39 new pods across 3 sites and associated works in accordance with the scope, Employer’s and statutory requirements.

The works shall be completed to meet the requirements of City of Doncaster Council (CDC) and St Leger Homes of Doncaster (SLHD).

During the Pre-Construction Services, the Contractor will be required to review the current designs including all detailed drawings, specifications, calculations, and assessments along with the Employer’s additional requirements to provide cost advice for achieving the Employer’s Budget Cost of £5 million. SLHD have engaged with Waldeck Consulting to undertake Architectural, Structural/Civil, and Surveying services for the Planning and development of the pre-manufactured pod units at the three-sites G&T sites, to RIBA Stage 4 (restricted to RIBA Stages 3 and 4). Waldeck have produced full planning application for the three sites and development of the internal designs including development and guidance on fire requirements.

The Contractor is required to provide a programme for identifying the tasks and actions necessary to review, modify and value engineer / manage the current design proposals to develop the Project Works Cost Plan and deliver the works in accordance with the Employer’s Budget Cost.

The Contractor shall be required to work collaboratively with the Employer and Employer’s project team to undertake the design review to achieve the Project Objectives and required viability including the development and tendering of sub-packages for agreed solutions, scopes and specifications defined in accordance with the design review process.

Subject to achieving an acceptable Project Works Cost and the Employer’s Instruction to award the building contract for completing the works, the Contractor will Construct all parts of the works in accordance with the Employer’s requirements and the Scope developed and agreed under the PCSA.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: As per ITT / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Option between Modern Methods of Construction and System Built.

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

Gweithdrefn gyfyngedig

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

Sefydlwyd system brynu ddynamig

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:

2019/S 187-453493

Section V: Dyfarnu contract

Rhif Contract: DN696217

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

21/05/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Nifer y tendrau a ddaeth i law gan BBaChau: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1

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

V.2.3) Enw a chyfeiriad y contractwr

R H Fulwood

19 Rowley Lane, South Elmsall

Pontefract

WF2JP

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cynnig isaf: .01 GBP / Y cynnig uchaf: 5 245 673.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

London

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

06/06/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog

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:
jed.turner@efficiencynorth.org
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.