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

Water Wastewater and Ancillary Services 3

  • Cyhoeddwyd gyntaf: 07 Ionawr 2024
  • Wedi'i addasu ddiwethaf: 07 Ionawr 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-03ad62
Cyhoeddwyd gan:
The Minister for the Cabinet Office acting through Crown Commercial Service
ID Awudurdod:
AA77645
Dyddiad cyhoeddi:
07 Ionawr 2024
Dyddiad Cau:
05 Chwefror 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Water and Wastewater Services

The Supplier shall provide Water Supply and Wastewater (Sewerage) services to eligible non-

household customers in accordance with the Water Act 2014.

The Supplier shall be required to hold and maintain throughout the Framework Agreement and any Call Off Contracts, a valid Water Supply and Sewerage Licence granted by the The Economic Regulator of the Water Sector in England and Wales (Ofwat) in accordance with Section 1 of the Water Act 2014. The Supplier shall comply with the requirements of the associated Wholesale Retail Code and the Market Arrangement Code as specified by the Regulator Ofwat.

The Supplier shall be required to deliver associated services in connection with the supply of water and wastewater services as required by the Buyers at Call Off stage:

Account Management including customer service;

Billing;

Metering including, Meter Reading (Including acceptance of AMR reads),

Management of sites and meters (including new connections and switching);

Facilitate meter installation/removal/resizing/accuracy tests;

Data Management;

Roads and Property Drainage;

Sewerage services including Trade Effluent;

Emergency Contingency Planning;

24/7 Emergency support; and

Guaranteed standards of Service.

An e-auction may be used at Call Off Contract stage for Lot 1

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Ffôn: +44 3454102222

E-bost: supplier@crowncommercial.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://crowncommercialservice.bravosolution.co.uk


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Water Wastewater and Ancillary Services 3

Cyfeirnod: RM6306

II.1.2) Prif god CPV

65100000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

We are running this competition using the ‘open procedure'. Crown Commercial Service (CCS) is seeking to establish a Framework Agreement to support delivery of Water, Wastewater and Ancillary Services. The duration of the Framework Agreement is for a four (4) year period. The Framework Agreement will be available for use by UK public sector bodies as described in the customer list.

The Framework consists of the following lots:

Lot 1 – Water and Waste Water Services

Lot 2 – Ancillary Services

Lot 3 – One Stop Shop (Combined Lot 1 and Lot 2 )

Bidders can bid for both Lot 1 and/or Lot 2.

Lot 3 will be formed upon award. Any bidder successfully awarded on both Lot 1 and Lot 2 combined will be awarded a place on Lot 3.

Suppliers will be required to provide the Deliverables (goods and services) set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 3

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

CCS may award up to 3 Lots.

You can bid for both Lot 1 and/or Lot 2.

Lot 3 will be formed upon award. Any bidder successfully awarded both on Lot 1 and Lot 2 combined will be awarded a place on Lot 3.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Water and Wastewater

II.2.2) Cod(au) CPV ychwanegol

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Water and Wastewater Services

The Supplier shall provide Water Supply and Wastewater (Sewerage) services to eligible non-

household customers in accordance with the Water Act 2014.

The Supplier shall be required to hold and maintain throughout the Framework Agreement and any Call Off Contracts, a valid Water Supply and Sewerage Licence granted by the The Economic Regulator of the Water Sector in England and Wales (Ofwat) in accordance with Section 1 of the Water Act 2014. The Supplier shall comply with the requirements of the associated Wholesale Retail Code and the Market Arrangement Code as specified by the Regulator Ofwat.

The Supplier shall be required to deliver associated services in connection with the supply of water and wastewater services as required by the Buyers at Call Off stage:

Account Management including customer service;

Billing;

Metering including, Meter Reading (Including acceptance of AMR reads),

Management of sites and meters (including new connections and switching);

Facilitate meter installation/removal/resizing/accuracy tests;

Data Management;

Roads and Property Drainage;

Sewerage services including Trade Effluent;

Emergency Contingency Planning;

24/7 Emergency support; and

Guaranteed standards of Service.

An e-auction may be used at Call Off Contract stage for Lot 1

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000 000.00 GBP

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

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.12) Gwybodaeth am gatalogau electronig

Rhaid i dendrau gael eu cyflwyno ar ffurf catalogau electronig neu gynnwys catalog electronig

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

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The number of Suppliers to be awarded a Framework Contract for this Lot is

20.

Rhif y Lot 2

II.2.1) Teitl

Ancillary Services

II.2.2) Cod(au) CPV ychwanegol

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Ancillary Services

The Supplier shall provide one (1) or more of the Ancillary Deliverables (goods and services) listed below. The Ancillary Services are pertaining to the management, conservation, reduction and data management of water consumption as requested by the Buyers in order to deliver efficiency, financial and consumption savings.

The Ancillary Services can include the requirement for purchase and installation of water management, water efficiency, water conservation or other water savings measures. These measures may include provision and installation of goods including new equipment optimisation of equipment (including existing equipment) and provision of related services.

Additional services may be required to improve the environmental conditions at Buyers sites.

The scope includes provision for the Supplier to offer its own or third party financing option on request by the Buyers, to support delivery of the Ancillary Deliverables (goods and services) listed below.

The Buyer may request Deliverables (goods and services) that are not listed below but fall within the scope of Ancillary Services. It is intended that the range of Ancillary Services will expand to meet the Buyers business needs as they develop their strategies. Initially the Framework Agreement will consist of the following nine

(9) Ancillary Services.

These Ancillary Deliverables (goods and services) are:

● Water Footprint assessment;

● Tariff optimisation and benchmarking;

● Water audit site surveys;

● Leak detection and repair;

● Contingency planning;

● Legionella Risk Assessments;

● Automated Meter Reading;

● Bill Validation; and

● Cost Recovery.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 500 000 000.00 GBP

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

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

II.2.14) Gwybodaeth ychwanegol

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The number of Suppliers to be awarded a Framework Contract for this Lot is

40.

Rhif y Lot 3

II.2.1) Teitl

One stop shop (Lot 1 and 2 combined)

II.2.2) Cod(au) CPV ychwanegol

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

One Stop Shop - (Combined Lot 1 and 2) Services

The Suppliers for Lot 3 shall provide a combination of the Services outlined in both Lot 1 and Lot 2 as required by the Buyers. All Suppliers must be able to provide at least one (1) of the Services listed in the description for Lot 2.

The Buyer may request Deliverables (goods and services) that are not listed in the Lot 2 description but fall within the scope of Ancillary Services. It is intended that the range of Ancillary Services will expand to meet the Buyers business needs as they develop their strategies.

The Framework Agreement consists of nine (9) Ancillary Services listed in the Lot 2 description, but is not limited as new services will be integrated depending on the Buyer’s needs. Lot 3 will be formed upon award. Any bidder successfully awarded a place on both Lot 1 and Lot 2 will be awarded a place on Lot 3 One Stop Shop (Combined Lot 1 and Lot 2)

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 500 000 000.00 GBP

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

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

II.2.14) Gwybodaeth ychwanegol

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The number of Suppliers to be awarded a Framework Contract for this Lot is

20.

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:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access

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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

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:

2023/S 000-006064

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

Dyddiad: 05/02/2024

Amser lleol: 15:00

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

Rhaid i’r tendr fod yn ddilys tan: 19/07/2024

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 05/02/2024

Amser lleol: 15:01

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/d9de5972-5841-4607-a8b7-40c3fcd25592

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

Minimum standards of reliability:

CCS may also assess whether the selection criteria (in respect of III.1.3

Technical and professional ability), as set out in the procurement documents,

is met on request from a buyer prior to the proposed conclusion of a call-off

contract with a value in excess of 20,000,000 GBP.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Ffôn: +44 3454102222

E-bost: supplier@crowncommercial.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.crowncommercial.gov.uk/

VI.5) Dyddiad anfon yr hysbysiad hwn

05/01/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
24962000 Cemegion trin dwr Cynhyrchion cemegol amrywiol
39370000 Cyfarpar dwr Cyfarpar amrywiol
45330000 Gwaith plymwr a gwaith glanweithiol Gwaith gosod ar gyfer adeiladau
50411100 Gwasanaethau atgyweirio a chynnal a chadw mesuryddion dwr Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur
65100000 Gwasanaethau dosbarthu dwr a gwasanaethau cysylltiedig Cyfleustodau cyhoeddus
51514110 Gwasanaethau gosod peiriannau a chyfarpar ar gyfer hidlo neu buro dwr Gwasanaethau gosod peiriannau amrywiol at ddiben cyffredinol
71800000 Gwasanaethau ymgynghori ar gyfer ymgynghoriaeth cyflenwad dwr a gwastraff Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
65130000 Gweithredu cyflenwadau dwr Gwasanaethau dosbarthu dwr a gwasanaethau cysylltiedig
38421100 Mesuryddion dwr Cyfarpar mesur llif
42912300 Peiriannau a chyfarpar ar gyfer hidlo neu buro dwr Peiriannau a chyfarpar hidlo neu buro hylif
44163140 Pibellau stêm a dwr Pibellau a ffitiadau
09320000 Stêm, dwr poeth a chynhyrchion cysylltiedig Ynni trydan, gwres, solar a niwclear

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:
supplier@crowncommercial.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.