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

Strategic Resource Options: Programme Partners (PP) Framework

  • Cyhoeddwyd gyntaf: 06 Gorffennaf 2023
  • Wedi'i addasu ddiwethaf: 06 Gorffennaf 2023

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-03df0c
Cyhoeddwyd gan:
Thames Water Utilities Limited
ID Awudurdod:
AA20727
Dyddiad cyhoeddi:
06 Gorffennaf 2023
Dyddiad Cau:
11 Awst 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

II.2.4) Description of the procurement:

(nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only - state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those)

Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Programme Partners (PP) Framework

TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/

TWUL intends to establish a PP Framework primarily to support its SRO Program. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This procurement is for the PP Framework only and relates to Phase 1 of the procurement strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.

The successful tenderers will interface with several other partners that will be procured separately to support the SRO Programme as it develops.

TWUL are looking for leading expertise within the key disciplines outlined below to accelerate the delivery and management of this high-profile programme. The PP will need to demonstrate extensive experience in programme management to enable it to support and management across the SRO portfolio which will include large complex infrastructure schemes being progressed under the current UK planning environment. The PP role includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting Clients and managing programmes of work (in this case the delivery of large pipelines, reservoirs, water recycling and transfer facilities). Furthermore, the PP will need to provide programme management and controls expertise to oversee and advise up all aspects of preliminary design and the pre application engagement with the Planning Inspectorate and to assist with the development / management of planning applications (likely to be a Development Consent Order (DCO)) including assisting with stakeholder engagement and all elements of the pre consultation and planning application processes. The PP framework agreement will be awarded under the NEC4 Professional Services Contract Option E with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E.

TWUL intends to award the first work package from the PP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a Programme Partner to one or multiple SRO projects will be for the duration of that particular scheme. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Programme Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the framework compete for the role of Programme Partner via an initial mini competition and that subject to the successful party's performance, capability and capacity, it will remain the Programme Partner for the scope of services that was competed.

Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

THAMES WATER UTILITIES LIMITED

02366661

Reading

RG1 8DB

UK

Person cyswllt: Thames Water

E-bost: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.thameswater.co.uk/

I.3) Cyfathrebu

Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:

www.thameswater.co.uk/procurement


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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


I.6) Prif weithgaredd

Dŵr

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Strategic Resource Options: Programme Partners (PP) Framework

Cyfeirnod: FA2051

II.1.2) Prif god CPV

71800000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Thames water are seeking Programme Partners to support the delivery of its Strategic Resource Options Programmes.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 150 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71210000

71241000

71242000

71244000

71245000

71300000

71420000

71500000

71800000

72220000

79415200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Whole of the UK

II.2.4) Disgrifiad o’r caffaeliad

II.2.4) Description of the procurement:

(nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only - state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those)

Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Programme Partners (PP) Framework

TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/

TWUL intends to establish a PP Framework primarily to support its SRO Program. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This procurement is for the PP Framework only and relates to Phase 1 of the procurement strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.

The successful tenderers will interface with several other partners that will be procured separately to support the SRO Programme as it develops.

TWUL are looking for leading expertise within the key disciplines outlined below to accelerate the delivery and management of this high-profile programme. The PP will need to demonstrate extensive experience in programme management to enable it to support and management across the SRO portfolio which will include large complex infrastructure schemes being progressed under the current UK planning environment. The PP role includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting Clients and managing programmes of work (in this case the delivery of large pipelines, reservoirs, water recycling and transfer facilities). Furthermore, the PP will need to provide programme management and controls expertise to oversee and advise up all aspects of preliminary design and the pre application engagement with the Planning Inspectorate and to assist with the development / management of planning applications (likely to be a Development Consent Order (DCO)) including assisting with stakeholder engagement and all elements of the pre consultation and planning application processes. The PP framework agreement will be awarded under the NEC4 Professional Services Contract Option E with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E.

TWUL intends to award the first work package from the PP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a Programme Partner to one or multiple SRO projects will be for the duration of that particular scheme. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Programme Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the framework compete for the role of Programme Partner via an initial mini competition and that subject to the successful party's performance, capability and capacity, it will remain the Programme Partner for the scope of services that was competed.

Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and operation of the resulting call off contract(s).

The duration of the PP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful PP at call-off will cover the development phase into the mobilisation of the future Delivery Partner(s) in the detailed design and construction phase.

The PP framework scope is likely to comprise of, but is not limited to, the following high level service categories:

• General Programme Partner Support Services

• Cost Planning & Estimating,

• Schedule Management,

• Risk Management,

• Procurement support & market engagement,

• Assuring Contract Administration

• Development of Programme Management Methodology and Practice

• Information Management and business systems

• Project Assurance and review

• Technical controls

• Interface management

• Requirements management

• Business case development

• Team performance

• Third Party Agreements

TWUL reserves the right to procure any of the services listed above as separate contracts and/or frameworks as part of separate and independent procurements.

TWUL appreciates that there may be a limited pool of suppliers for certain elements of the scope and is particularly concerned that these resources should not; be subject to an exclusivity arrangement with an Applicant/Tenderers in the procurement process to the detriment of competition; and be subject to sub-contract terms or obligations that threaten the ability of another Consultant(s) to deliver its own Contract. Accordingly, during the procurement process, Applicants/Tenderers are asked not to enter into any exclusivity arrangements with a potential Subcontractor or supplier. Furthermore, Applicants/Tenderers are reminded that should they be using the same supply chain or are involved in more than one bidding consortia they must be mindful of their obligation to ensure that each tender is prepared and submitted without any direct or indirect coordination between suppliers.

The Applicant should remind its supply chain that if a supply chain member is involved with more than one Applicant the supply chain member must ensure that each response is prepared and submitted without any direct or indirect coordination between Applicants.

If the Applicants/Tenderers are uncertain about whether any arrangements with any other sub-contractor/suppliers would be viewed as falling within the above categorisation, they should seek guidance from TWUL.

If despite this request an Applicants/Tenderers enters an exclusive arrangement with a supplier, to the detriment of other Applicants/Tenderers such that competition is adversely impacted, TWUL reserves the right to omit the procurement of these resources through the procurement process, to enter into arrangements directly with the relevant sub-contractor/supplier; and to require the successful Applicants/Tenderers to enter into subcontracts with the relevant supplier.

Applicants/Tenderers who have concerns about this issue or who encounter difficulties engaging with suppliers for specific resources, should raise a query with TWUL as TWUL cannot deal with the issue if it is not disclosed.

TWUL is working with several partners, including other water companies to develop and deliver the SROs. Furthermore, depending on the commercial and procurement strategies for delivery of these projects TWUL may transfer or novate the benefit and the burden of call-off contracts made under this Framework Agreement:

*to any funder, security trustee or security holder without the consent of the Consultant; and

*to any other person with the consent of the Consultant, such consent not to be unreasonably withheld or delayed;

All interested parties who wish to compete for this opportunity are required to complete and return a Pre-Qualification questionnaire. The completed PQQ is used to determine which applicants best satisfy the selection criteria and who will progress to the next stage of the procurement process.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 150 000 000.00 GBP

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

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Thames Water envisages that the Framework Agreement will be renewed after the Initial Term of 3 years and that the renewal may be on one or more occasions by Thames Water giving not less than one month's notice to the Consultant.

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

Y nifer o gyfranogwyr a ragwelir: 3

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

This Framework Agreement shall come into force the Commencement Date and shall (except as expressly provided otherwise in this Framework Agreement) continue in force for a period of 3 years (the "Initial Term"). The Client shall be entitled, at its option to extend this Framework Agreement, on one or more occasions by giving not less than one month's notice to the Consultants prior to the expiry of the Initial Term or the expiry of any extension as the case may be, provided that the duration of this Framework Agreement shall not exceed 8 years unless otherwise agreed in writing by the Parties and provided that eight (8) years shall only be exceeded in exceptional circumstances duly justified.

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:

As detailed in VI.3 and the PQQ

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.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

As detailed in VI.3 and the PQQ

III.1.6) Adneuon a gwarantau sy’n ofynnol:

Bonds and/or parent company guarantees or equivalent forms of performance and financial standing may be required

III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:

Specified in Invitation to Negotiate Document

III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:

Consortia may be required to form a legal entity prior to award

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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

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

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

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 2

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

Dyddiad: 11/08/2023

Amser lleol: 12:00

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

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.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in

Section I.3 (www.thameswater.co.uk/procurement)

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.

Further additional information:

The Framework Agreement and associated call-off contracts will be governed by the Law of England and Wales.

The Authority reserves the right:

*To amend timelines and other aspects of the process;

* To not award a framework agreement or any call-off contract.

The Authority will not be liable for the costs of economic operators expressing an interest or preparing tender responses.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Thames Water Utilities Limited

Reading

UK

VI.4.3) Gweithdrefn adolygu

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

Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Dyddiad anfon yr hysbysiad hwn

05/07/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71241000 Astudiaeth ddichonoldeb, gwasanaeth cynghori, dadansoddi Gwasanaethau pensaernïol, peirianneg a chynllunio
71244000 Cyfrifo costau, monitro costau Gwasanaethau pensaernïol, peirianneg a chynllunio
71245000 Cynlluniau cymeradwyo, lluniadau gwaith a manylebau Gwasanaethau pensaernïol, peirianneg a chynllunio
71242000 Gwaith paratoi ac amcangyfrif costau prosiectau a dyluniadau Gwasanaethau pensaernïol, peirianneg a chynllunio
71210000 Gwasanaethau cynghori ar bensaernïaeth Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71500000 Gwasanaethau goruchwylio safleoedd adeiladu Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71420000 Gwasanaethau pensaernïaeth tirwedd Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio
79415200 Gwasanaethau ymgynghori ar ddylunio Gwasanaethau ymgynghori ar reoli cynhyrchiant
71800000 Gwasanaethau ymgynghori ar gyfer ymgynghoriaeth cyflenwad dwr a gwastraff Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
72220000 Gwasanaethau ymgynghori ar systemau a materion technegol Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd

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.support.centre@thameswater.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.