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

Argyle Street West Public Realm Construction

  • Cyhoeddwyd gyntaf: 20 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 20 Mawrth 2024

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

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

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-040225
Cyhoeddwyd gan:
Glasgow City Council
ID Awudurdod:
AA20167
Dyddiad cyhoeddi:
20 Mawrth 2024
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street West area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

UK

Person cyswllt: Steve Chandler

Ffôn: +44 1412872000

E-bost: steven.chandler@glasgow.gov.uk

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.glasgow.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Argyle Street West Public Realm Construction

Cyfeirnod: GCC005872CPU

II.1.2) Prif god CPV

45220000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street West area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure.

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: 5 827 466.75 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

45000000

II.2.3) Man cyflawni

Cod NUTS:

UKM82


Prif safle neu fan cyflawni:

Glasgow City

II.2.4) Disgrifiad o’r caffaeliad

Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street West area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Communication / Pwysoliad: 5%

Maes prawf ansawdd: Traffic Management / Pwysoliad: 5%

Maes prawf ansawdd: Works Programme / Pwysoliad: 5%

Maes prawf ansawdd: Supply Chain / Pwysoliad: 5%

Maes prawf ansawdd: Green Infrastructure / Pwysoliad: 5%

Maes prawf ansawdd: Network Rail Infrastructure / Pwysoliad: 7.5%

Maes prawf ansawdd: Sustainability / Pwysoliad: 5%

Maes prawf ansawdd: Resources / Pwysoliad: 7.5%

Maes prawf ansawdd: Fair Work First / Pwysoliad: 5%

Price / Pwysoliad:  50

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

II.2.14) Gwybodaeth ychwanegol

Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

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:

2023/S 000-027705

Section V: Dyfarnu contract

Rhif Contract: GCC005872CPU

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

20/02/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Nifer y tendrau a ddaeth i law gan BBaChau: 5

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: 5

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

V.2.3) Enw a chyfeiriad y contractwr

Rainton Construction (Scotland) Limited

2 Brewland Street

Galston

KA4 8AQ

UK

Ffôn: +44 1563262110

NUTS: UKM

BBaCh yw’r contractwr: Ydy

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

Cyfanswm gwerth y contract/lot: 5 827 466.75 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon

Cyfran: 5 %

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

1) Health & Safety — the H&S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire as part of their SPD submission. Responses to the H&S Questionnaire will be evaluated as pass or fail.

2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in Section 4D of the SPD statements document titled “GCC005872CPU SPD Statements”. Evidence will be requested at the Request for Document stage of the evaluation (see further detail in item 7 below) and will be requested only of the preferred bidder. The submission of this evidence is mandatory and will be evaluated as a pass / fail.

3) Collateral warranties are required. Details can be found within the contract call-off terms.

4) Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to their offer. Bidders will be required to complete the tenderers amendment certificate contained in the attachment area within PCS Tender portal.

5) Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS Tender portal.

6) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal.

7) Bidders will be required to complete an FoI certificate. Information on the FOI Act is contained in Appendix A of the Invitation to Tender document. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information).

8) NEC3 conditions of contract will be used for this project. The conditions of contract can be located within the attachments area within the PCS Tender portal.

10) Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25090. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:760709)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

E-bost: glasgow@scotcourts.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: www.scotcourts.gov.uk

VI.4.3) Gweithdrefn adolygu

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

Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent. When sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage.

The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.

VI.5) Dyddiad anfon yr hysbysiad hwn

19/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45220000 Gwaith peirianneg a gwaith adeiladu Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil

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:
steven.chandler@glasgow.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.