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

FA08-03 - SEWERAGE REPAIR AND MAINTENANCE

  • Cyhoeddwyd gyntaf: 29 Mehefin 2024
  • Wedi'i addasu ddiwethaf: 29 Mehefin 2024
  • 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)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-047866
Cyhoeddwyd gan:
NORTHUMBRIAN WATER GROUP LIMITED
ID Awudurdod:
AA80781
Dyddiad cyhoeddi:
29 Mehefin 2024
Dyddiad Cau:
19 Gorffennaf 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Client is looking to either appoint one Contractor (full Northumbrian Water Operating region) or two Contractors (one in the North and one in the South of the Northumbrian Water Operating Region) to deliver reactive sewerage repair and maintenance services.

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 30,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NORTHUMBRIAN WATER GROUP LIMITED

02366703

Northumbria House,Abbey Road, Pity Me

DURHAM

DH15FJ

UK

Person cyswllt: Philippa Longstaff

E-bost: amp8procurement@nwl.co.uk

NUTS: UKC

Cyfeiriad(au) rhyngrwyd

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

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://s1.ariba.com


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://s1.ariba.com


I.6) Prif weithgaredd

Dŵr

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

FA08-03 - SEWERAGE REPAIR AND MAINTENANCE

Cyfeirnod: FA08-03

II.1.2) Prif god CPV

45232410

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

The Client is looking to either appoint one Contractor (full Northumbrian Water Operating region) or two Contractors (one in the North and one in the South of the Northumbrian Water Operating Region) to deliver reactive sewerage repair and maintenance services.

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 30,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 160 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

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

Bidders may submit for any combination of lots. NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

North of Northumbrian Water Operating Region

II.2.2) Cod(au) CPV ychwanegol

45231110

45232400

45232410

45232452

II.2.3) Man cyflawni

Cod NUTS:

UKC


Prif safle neu fan cyflawni:

North of Northumbrian Water Operating Region

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 covers the provision of the works in the North of Northumbrian Water's operating region. Map of regions are in the tender documents.

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 14,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

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: 80 000 000.00 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: Ydy

Disgrifiad o’r adnewyddiadau:

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

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

Y nifer o gyfranogwyr a ragwelir: 6

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The highest scoring 6 contractors in each lot will be shortlisted for ITT, subject to the 6th placed contractor total score being within 5 percentage points of the 5th placed bidder total score.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

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

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.

Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.

Rhif y Lot 2

II.2.1) Teitl

South of Northumbrian Water's Operating Region

II.2.2) Cod(au) CPV ychwanegol

45231110

45232400

45232410

45232452

II.2.3) Man cyflawni

Cod NUTS:

UKC


Prif safle neu fan cyflawni:

South of Northumbrian Water's Operating Region.

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 cover the provision of the works in the South of Northumbrian Water's operating region. Map of regions are in the tender documents

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 16,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

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: 80 000 000.00 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: Ydy

Disgrifiad o’r adnewyddiadau:

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

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

Y nifer o gyfranogwyr a ragwelir: 6

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The highest scoring 6 contractors in each lot will be shortlisted for ITT, subject to the 6th placed contractor total score being within 5 percentage points of the 5th placed bidder total score.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

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

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.

Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.

Rhif y Lot 3

II.2.1) Teitl

Northumbrian Water's Full Operating Region (North & South)

II.2.2) Cod(au) CPV ychwanegol

45231110

45232400

45232410

45232452

II.2.3) Man cyflawni

Cod NUTS:

UKC


Prif safle neu fan cyflawni:

Northumbrian Water's Full Operating Region (North & South)

II.2.4) Disgrifiad o’r caffaeliad

Lot 3 covers the provision of the works in Northumbrian Water's full operating region (North & South). Map of regions are in the tender documents

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 30,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

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: 160 000 000.00 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: Ydy

Disgrifiad o’r adnewyddiadau:

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

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

Y nifer o gyfranogwyr a ragwelir: 6

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The highest scoring 6 contractors in each lot will be shortlisted for ITT, subject to the 6th placed contractor total score being within 5 percentage points of the 5th placed bidder total score.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

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

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.

Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

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.1.6) Adneuon a gwarantau sy’n ofynnol:

If the Dun and Bradstreet credit rating returns a rating of 'above average risk' or 'high risk', the contracting entity will request further financial information for review and a parent company guarantee or performance bond may be required.

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

Upon award, any bidders who submitted as a Joint Venture (JV) must be incorporated with joint and several liability and cross indemnities.

For non-incorporated JVs or newly proposed JVs, please refer to the PQQ instructions for guidance on how to submit.

NWL reserve the right to reject an application where insufficient evidence and detail is provided to give NWL confidence in the proposed JV.

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

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.In either instance, a single entity would be appointed to each lot. In the case of awarding to Lot 1 and 2, this would be a different contractor for each lot.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

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

Dyddiad: 19/07/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

Applicants are asked to note that this procurement process will be conducted electronically with all documents and communications being managed through the Northumbrian Water eSourcing Spend Management portal called 'Ariba'.

Expressions of interest for this tender must be sent to the e-mail address amp8procurement@nwl.co.uk before the deadline of 19 July 2024 at 12 noon. Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. The deadline for the return of the completed PQQ is 26 July 2024 at 12 noon.

When sending expression of interest, applicants must provide the following information:

1) Full Company Name

2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, e-mail address and telephone.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

NWL Legal Department

Northumbrian Water Limited, Abbey Road, Pity Me

Durham

DH1 5FJ

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

28/06/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45232400 Gwaith adeiladu carthffosydd Gwaith ategol ar gyfer piblinellau a cheblau
45231110 Gwaith adeiladu gosod pibellau Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer
45232410 Gwaith carthffosiaeth Gwaith ategol ar gyfer piblinellau a cheblau
45232452 Gwaith draenio Gwaith ategol ar gyfer piblinellau a cheblau

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:
amp8procurement@nwl.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.