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.

Cymhwyster

FA584, FA895 — Construction operational and service registers.

  • Cyhoeddwyd gyntaf: 06 Mehefin 2015
  • Wedi'i addasu ddiwethaf: 06 Mehefin 2015

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:
Thames Water Utilities Limited
ID Awudurdod:
AA20727
Dyddiad cyhoeddi:
06 Mehefin 2015
Dyddiad Cau:
-
Math o hysbysiad:
Cymhwyster
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This document is an annual qualification system notice in accordance with Article 25 of the Utilities Contract Regulations 2006 and contains information on the qualification systems FA584 & FA895 (now combined as described below).

Note that Suppliers already registered do not have to re-apply, unless they wish to apply for new Lots.

This notice covers Lots originally advertised under 3 independent Notices, the first in 2003, the second in 2008, and most recently under notice 2012/S 236-389067 on 07/12/2012.

The Lots are defined and the requirements for application are detailed separately below.

1. FA895 — Construction, Operational & Service Register, originally advertised 24.7.2008 (Notice 190811-2008-EN.)

Please note that Lots C1.1, C2 and G previously advertised under 2012/S 236-389067 07.12.2012 are discontinued. Lots A and B will continue.

Thames Water has established a Qualification System (the "Register") which forms the basis for the award of contracts and/or Framework Agreements covering a range of works and services. For the purpose of obtaining places on the Register the works and services have been split into indicative Lots listed below. Any contract and/or Framework Agreements ultimately awarded may be for individual Lots or a combination of one or more Lots.

This Notice is a request for expressions of interest for places on the Register. Applications may be made for one or all Lots.Thames Water reserves the right not to award Framework Agreements and/or contracts for one or more Lots.

Thames Water may award some Framework Agreements and contracts covering discrete parts of Thames Water's operational area.

Thames Water will decide by which of several possible delivery routes a particular project is delivered.

Organisations already working with Thames Water under any other arrangement must still apply for registration to this Qualification System in order to participate in competitions for Framework Agreements and contracts falling within the scope of this Notice.

LOT n° A.

Network programme contracts. Design and construction of works on water mains, sewers, pipelines, tunnels, reservoirs, small network pumping stations, and the like. Includes programme management. May include operational work. Contracts and Framework Agreements will be formed by competition/negotiation from within this Register. Contracts and Framework Agreements may be of any size.

LOT n° B.

Process programme contracts. Design and construction of works on sewage treatment works, water treatment works, pumping stations, reservoirs and the like. Includes programme management. May include operational work. Contracts and Framework Agreements will be formed by competition/negotiation from within this Register. Contracts and Framework Agreements may be of any size.

2. FA584 — Construction operational and service register originally advertised 17.10.2003.

Only Lots 2, 5, 19, 22, 27, 28, and 30 will continue. Lots 20, 21 and 29 are discontinued. Lots 19, 22, 27, 28 and 30 may be discontinued in the near future.

In the Lot descriptions, agreements mean commercial arrangements under which individual contracts may be placed. TWUL will decide by which of several possible delivery routes a particular project is delivered.

Lot no 2.

Process Contracts. Construction works on sewage treatment works, water treatment works, pumping stations,reservoirs and the like. Agreements and contracts will be formed by competition/negotiation from within this register. Individual contracts may be of any value.

Lot no 5.

Network contracts. Construction works on pumping stations, water mains, sewers, pipelines, tunnels, reservoirs and the like. Agreements and contracts will be formed by competition/negotiation from within this register. Individual contracts may be of any value.

Lot no 19.

Engineering consultancy to support one or mo

Testun llawn y rhybydd

SYSTEM GYMHWYSO - CYFLEUSTODAU

Ie

Adran I: Endid Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Thames Water Utilities Limited

Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK



procurement.support.centre@thameswater.co.uk





Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Prif weithgaredd neu weithgareddau'r endid contractio

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio

Adran II: Amcan y system gymhwyso

II.1)

Teitl a roddwyd i'r system gymhwyso gan yr endid contractio

FA584, FA895 — Construction operational and service registers.

II.2)

Math o gontract

Gwaith

II.3)

Disgrifiad o'r gwaith, y gwasanaethau neu'r nwyddau a gaffaelir drwy'r system gymhwyso

This document is an annual qualification system notice in accordance with Article 25 of the Utilities Contract Regulations 2006 and contains information on the qualification systems FA584 & FA895 (now combined as described below).

Note that Suppliers already registered do not have to re-apply, unless they wish to apply for new Lots.

This notice covers Lots originally advertised under 3 independent Notices, the first in 2003, the second in 2008, and most recently under notice 2012/S 236-389067 on 07/12/2012.

The Lots are defined and the requirements for application are detailed separately below.

1. FA895 — Construction, Operational & Service Register, originally advertised 24.7.2008 (Notice 190811-2008-EN.)

Please note that Lots C1.1, C2 and G previously advertised under 2012/S 236-389067 07.12.2012 are discontinued. Lots A and B will continue.

Thames Water has established a Qualification System (the "Register") which forms the basis for the award of contracts and/or Framework Agreements covering a range of works and services. For the purpose of obtaining places on the Register the works and services have been split into indicative Lots listed below. Any contract and/or Framework Agreements ultimately awarded may be for individual Lots or a combination of one or more Lots.

This Notice is a request for expressions of interest for places on the Register. Applications may be made for one or all Lots.Thames Water reserves the right not to award Framework Agreements and/or contracts for one or more Lots.

Thames Water may award some Framework Agreements and contracts covering discrete parts of Thames Water's operational area.

Thames Water will decide by which of several possible delivery routes a particular project is delivered.

Organisations already working with Thames Water under any other arrangement must still apply for registration to this Qualification System in order to participate in competitions for Framework Agreements and contracts falling within the scope of this Notice.

LOT n° A.

Network programme contracts. Design and construction of works on water mains, sewers, pipelines, tunnels, reservoirs, small network pumping stations, and the like. Includes programme management. May include operational work. Contracts and Framework Agreements will be formed by competition/negotiation from within this Register. Contracts and Framework Agreements may be of any size.

LOT n° B.

Process programme contracts. Design and construction of works on sewage treatment works, water treatment works, pumping stations, reservoirs and the like. Includes programme management. May include operational work. Contracts and Framework Agreements will be formed by competition/negotiation from within this Register. Contracts and Framework Agreements may be of any size.

2. FA584 — Construction operational and service register originally advertised 17.10.2003.

Only Lots 2, 5, 19, 22, 27, 28, and 30 will continue. Lots 20, 21 and 29 are discontinued. Lots 19, 22, 27, 28 and 30 may be discontinued in the near future.

In the Lot descriptions, agreements mean commercial arrangements under which individual contracts may be placed. TWUL will decide by which of several possible delivery routes a particular project is delivered.

Lot no 2.

Process Contracts. Construction works on sewage treatment works, water treatment works, pumping stations,reservoirs and the like. Agreements and contracts will be formed by competition/negotiation from within this register. Individual contracts may be of any value.

Lot no 5.

Network contracts. Construction works on pumping stations, water mains, sewers, pipelines, tunnels, reservoirs and the like. Agreements and contracts will be formed by competition/negotiation from within this register. Individual contracts may be of any value.

Lot no 19.

Engineering consultancy to support one or more of other lots or the like. Agreements and contracts will be formed by competition/negotiation from within this register.

Lot no 22.

Quantity Surveying Services. Estimating, cost management, and cost and planning services to support other Lots and the like, Agreements and contracts will be formed by competition/negotiation from within this register.

Lot no 27.

Environmental consultancy. Environmental consultancy to support one or more lots and similar services. Agreements and contracts will be formed by competition/negotiation from within this register.

Lot no 28.

Town planning consultancy. Town planning consultancy to support one or more of the other Lots or similar services. Agreements and contracts will be formed by competition/negotiation from within this register.

Lot 30.

Programme Management Services. Programme management services to support any aspect of the programme or similar services. Agreements and contracts will be formed by competition/negotiation from within this register.

Applications are invited for any or all of the Lots on the Register.

II.4)

Geirfa Gaffael Gyffredin (CPV)

45200000
45231300
45232400
45246400
45252000
45252120
45252127
50514200
71541000
79421000
90400000
90492000
71310000
90713000
71410000
71322100

II.5)

Mae contractau a gwmpesir gan y system gymhwyso hon wedi'u cwmpasu gan gytundeb caffael y llywodraeth (GPA)

Na

Adran III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1)

Amodau ar gyfer cymryd rhan

III.1.1)

Cymhwyso ar gyfer y system


For Lots A and B (FA895 Construction, Operational & Service Register, published 24.7.2008), applicants will be assessed for a place on the Register based on their answers to questions 1 to 9 below. Questions 1, 2, 3 and 9 are for information only and will not be evaluated.

Responses will be evaluated on the relevance to the Lots applied for and the capability and capacity demonstrated.

All applicants shall respond to 1-9 below where applicable.

1. Advise which Lot(s) your company/joint venture/consortium is applying for. Max 1 side of A4.

2. Your organisation: State whether an individual application, or joint venture application or consortium application. For a joint venture/consortium state the roles of each member of the joint venture/consortium. State the single named person responsible for this application. Max 1 side of A4.

If you are applying as a joint venture or consortium the information requested in questions 3 to 8 should be provided for each joint venture or consortium member.

3. Provide the legal name of your organisation, address of your registered office, and details of the locations you operate from. State whether your company is part of a group or is affiliated in any way with other companies; if so, provide details of the group company structure or other company relationships. Provide details of any High Court or County Court judgments, or similar European judgments decrees or awards, or other prosecutions within the previous 3 years. Provide audited accounts for the last 2 years.

4. Health safety and environment performance. Provide details of any prosecutions, enforcement notices or other statutory notices served on you at any time during the last 3 years by the Health and Safety Executive, Environment Agency (or equivalent organisations if not a UK based bidder) or under any other relevant or equivalent legislation (e.g. planning, control of pollution, noise pollution, etc). Max 2 sides of A4.

5. Relevant experience. Describe your experience relevant to the Lots applied for. Provide reference details of contracts undertaken in the last 2 years for requirements similar to those in the Lots applied for. For each contract, describe the parties, scope, value and duration. Max 4 sides of A4 per Lot applied for.

6. Resource levels. Describe the resource levels available within your company, clearly distinguishing between directly employed/owned and subcontracted/hired resources. Details provided should include human resources as well as plant and machinery and other resources required to undertake the Lots you are applying for. For human resources include a description such as construction engineer, quantity surveyor, labourer. For directly employed human resources advise base location. Max 2 sides of A4.

7. Describe your experience and how you have approached carrying out design on previous similar contracts. Max 1 side of A4.

8. Describe the planning tools your company uses. Confirm you are prepared to use a different planning tool if so nominated by Thames Water. Max 1 side of A4.

9. Where applicants have applied for more than one Lot, provide details of combination(s) of Lots you recommend, including details of any relevant experiences, and the economic advantage of such combination(s).Details should include estimates of economic advantage in financial, operational, and any other terms. Max 4sides of A4.

For Lots 2 — 30 (FA584 Construction, Operational and Services register, originally published 17.10.2003), all applicants shall respond to 1-6 below in a maximum of 10 sides of A4.

Responses will be evaluated on the relevance to the Lots applied for and the capability and capacity demonstrated.

1. Advise which Lots your company is applying for.

2. Your organisation: Please provide the address of your registered office, and details of the UK locations you operate from, together with the named person responsible for this application. Please state whether your company is part of a group or is affiliated in any way with other companies. If so, please provide details of the group company structure or other company relationships. Applicants should provide details of any High Court or County Court judgments, or similar European judgments decrees or awards, or other prosecutions within the previous 3 years. Applicants must supply audited accounts for the last 2 years. Thames Water is seeking interest from contractors and consultants of all sizes, but for Lots 2 and 5 turnover in excess of 5 000 000 GBP is required.

3. Relevant experience. Briefly describe your company's experience relevant to the Lots applied for.

4. Commercial data as follows

— Annual turnover (£M) for last year..................,

— Profit before interest and tax (%)...........................,

— Turnover in the water sector (£M) .....................(average over last 3 years).

Largest water sector Client .......................Turnover with that Client (£M) ..............

2nd Largest water sector Client ..................turnover with that Client (£M) ..............

3rd Largest water sector Client .................. turnover with that Client (£M)..............

4th Largest water sector Client .................. turnover with that Client (£M)..............

— The ratio of subcontracted work to directly carried out work.

5. Resource levels. Describe the resource levels available within your company, clearly distinguishing between directly employed/owned and subcontracted/hired resources. Details provided should include human resources as well as plant and machinery and other resources required to undertake the Lots you are applying for. For human resources include a description such as construction engineer, quantity surveyor, labourer. For directly employed human resources advise base location if outside the Thames Water area. 6. If your company is a contractor who carries out design and construct contracts, then advise how you carry out design.



See Section III.I.I Conditions to be fulfilled by economic operators in view of their qualification.


III.1.2)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Meini Prawf Dyfarnu

Na

Ie
Na

IV.1.2)

Defnyddir arwerthiant electronig

Ie

Thames Water reserve the right to use an electronic auction.

IV.2)

Gwybodaeth weinyddol

IV.2.1)

Rhif cyfeirnod a roddwyd gan yr endid contractio

FA584 and FA895

IV.2.2)

Hyd y system gymhwyso

IV.2.3)

Adnewyddu'r system gymhwyso

Ie

Following qualification, applicants will be added to the Register. An annual call for competition for this Register will be published in the Official Journal of The European Union.

Adran VI: Gwybodaeth Ategol

VI.1)

Mae un neu fwy o'r contractau a gwmpesir gan y system gymhwyso yn ymwneud â phrosiect a/neu raglen a ariennir gan gronfeydd cymunedol

Na


VI.2)

Gwybodaeth Ychwanegol

Applications are invited for one or more Lots. Thames Water will review the applications for the various Lots and may combine Lots with similar attributes and applicants together. When combining Lots, if an applicant has expressed interest in a Lot which is to be combined with Lots for which he has not expressed interest, Thames Water may ask the applicant if he wishes to express interest in the Lots being combined for which he had not previously expressed an interest.

Responses to this Notice will be evaluated. Successful applicants will be placed on the Register.

Applicants should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water Utilities Limited.

The successful contractor(s) will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. Further details of these conditions will be set out in the contract documents.

Any agreement resulting from this Notice may be modified to include further similar requirements at any site under the management of Thames Water Utilities Limited or its associated companies (subsidiaries, sister, parent company) within the EU.

This Notice does not preclude Thames Water Utilities Limited or its associated companies (subsidiaries, sister, parent companies etc) from issuing other contract notices for specific requirements from time to time.

Unless specifically stated otherwise, Thames Water Utilities Limited shall not be responsible for any costs, charges or expenses incurred by applicants and does not accept liability for any costs, charges or expenses incurred by applicants, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.

Thames Water Utilities Limited reserves the right to terminate the competition (or part of it), to change the basis of and the procedures for the bidding process at any time, or to procure the project by alternative means if it appears that the project can be more advantageously procured by those alternative means. The most economically advantageous or any tender will not automatically be accepted.

Thames Water Utilities Limited reserves the right to procure any of the works, services or supplies referred to in this Notice separately.

Thames Water Utilities Limited reserves the right to procure repeat requirements of a similar nature without a further call for competition pursuant to Article 40(g) of the Utilities Directive 2004/17/EC.

There is no application form available for completion — companies are required to respond directly to this Notice. Responses to the Notice should consist of a maximum of the number of pages stated above of A4 paper. Applicants should submit by e-mail to procurement.support.centre@thameswater.co.uk. The e-mail title must include the Notice reference number (FA895 or FA584) and the Lot(s) applied for, and should not exceed 6MB in size.

Applicants should not include non-requested sales literature with their applications. Companies who qualify to tender stage may be required to demonstrate their services in practical trials or presentations at no cost to Thames Water Utilities Limited. Applicants who fail to supply all of the information requested in response to this Notice may risk elimination. Candidates who cannot fully meet all criteria may risk elimination. The contents of this Notice are sufficient for submissions of pre-qualification data; all other communications are discouraged. Applications must be clear and concise and contain all the information requested in this notice. The format of applicants' responses must be such that each point is restated and immediately followed by the applicant's answer. Contracts will be made under UK Law.

VI.3)

Gweithdrefnau ar gyfer apelio

VI.3.1)

Corff sy'n gyfrifol am weithdrefnau apelio










Corff sy'n gyfrifol am weithdrefnau cyfryngu


See Section VI.3.2








VI.3.2)

Cyflwyno apeliadau

Precise information on deadline(s) for lodging appeals: 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 (SI 2006 No 6) 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.3.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.4)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  03 - 06 - 2015

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45252000 Gwaith adeiladu ar gyfer gweithfeydd trin carthion, gweithfeydd puro a gweithfeydd llosgi sbwriel Gwaith adeiladu ar gyfer gweithfeydd, mwyngloddio a gweithgynhyrchu ac ar gyfer adeiladau sy’n gysylltiedig â’r diwydiant olew a nwy
45231300 Gwaith adeiladu ar gyfer piblinellau dwr a charthion Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer
45232400 Gwaith adeiladu carthffosydd Gwaith ategol ar gyfer piblinellau a cheblau
45252120 Gwaith adeiladu gweithfeydd trin dwr Gwaith adeiladu ar gyfer gweithfeydd trin carthion, gweithfeydd puro a gweithfeydd llosgi sbwriel
45252127 Gwaith adeiladu gweithfeydd trin dwr gwastraff Gwaith adeiladu ar gyfer gweithfeydd trin carthion, gweithfeydd puro a gweithfeydd llosgi sbwriel
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
50514200 Gwasanaethau atgyweirio a chynnal a chadw cronfeydd dwr Gwasanaethau atgyweirio a chynnal a chadw cynwysyddion metel
90400000 Gwasanaethau carthffosiaeth Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
71410000 Gwasanaethau cynllunio trefol Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio
71322100 Gwasanaethau mesur meintiau ar gyfer gwaith peirianneg sifil Gwasanaethau dylunio peirianneg ar gyfer adeiladu gwaith peirianneg sifil
71541000 Gwasanaethau rheoli prosiectau adeiladu Gwasanaethau rheoli adeiladu
79421000 Gwasanaethau rheoli prosiectau heblaw ar gyfer gwaith adeiladu Gwasanaethau sy’n gysylltiedig â rheoli
90492000 Gwasanaethau ymgynghori ar drin carthion Gwasanaethau arolygu carthffosydd ac ymgynghori ar drin carthion
90713000 Gwasanaethau ymgynghori ar faterion amgylcheddol Rheoli amgylcheddol
71310000 Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu Gwasanaethau peirianneg
45246400 Llifoleuadau Gwaith rheoli afonydd a llifogydd

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.