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 Supply and Services Framework

  • Cyhoeddwyd gyntaf: 12 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2025
  • 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-04e42d
Cyhoeddwyd gan:
Surrey County Council
ID Awudurdod:
AA0050
Dyddiad cyhoeddi:
12 Mawrth 2025
Dyddiad Cau:
24 Mawrth 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations.

The framework will address the provision of services that facilitate the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services.

The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords.

Full details of the classification of eligible end user establishments and geographical areas is available at:

https://www.dukefieldenergy.co.uk/fts-eligible-users

There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Surrey County Council

Woodhatch Place

Reigate

RH2 8EF

UK

E-bost: chloe.sharpe2@reading.gov.uk

NUTS: UKJ25

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://supplierlive.proactisp2p.com/Account/Login

I.1) Enw a chyfeiriad

Dukefield Energy Limited

167 Chorley New Road

Bolton

BL1 4RA

UK

Person cyswllt: Steve Davies

Ffôn: +44 7966040564

E-bost: steve.davies@dukefieldprocurement.co.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://supplierlive.proactisp2p.com/Account/Login

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael 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://supplierlive.proactisp2p.com/Account/Login


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://supplierlive.proactisp2p.com/Account/Login


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Water Supply and Services Framework

Cyfeirnod: SCC/DE/WATER/01

II.1.2) Prif god CPV

65100000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations.

The framework will address the provision of services that facilitate the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services.

The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords.

Full details of the classification of eligible end user establishments and geographical areas is available at:

https://www.dukefieldenergy.co.uk/fts-eligible-users

There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 400 000 000.00 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

38421100

39370000

42122130

50411100

60600000

65100000

71314000

71631430

71800000

90713100

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations.

The framework will address the provision of the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services.

The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords.

Full details of the classification of eligible end user establishments and geographical areas is available at:

https://www.dukefieldenergy.co.uk/fts-eligible-users

There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.

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: 400 000 000.00 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: Ydy

Disgrifiad o’r opsiynau:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s).

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.1.2) 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.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 6

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd:

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: 24/03/2025

Amser lleol: 12:00

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

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 24/03/2025

Amser lleol: 12:00

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

Surrey County Council’s Internal Reference Number is SCC/DE/WATER/01.

The framework is being delivered by Surrey County Council and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Energy Ltd are acting as agents of Surrey County Council in the development and ongoing contract management of this framework.

The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the ProActis system at: https://supplierlive.proactisp2p.com/Account/Login

The tender is available from the opportunities menu on the login page of the site.

The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Surrey County Council expressly reserves the rights:

(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;

(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;

(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;

(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;

(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;

(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;

(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;

(h) the contracting authority will not be liable for any costs incurred by tenderers;

(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;

and

(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).

Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:

Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the framework for the purpose of calculating the maximum number of suppliers under the framework.

The contracting authority will award a framework agreement to additional tenderers beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position.

For the avoidance of doubt, the last placed position in respect of this framework is sixth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Court of Justice

London

UK

VI.4.3) Gweithdrefn adolygu

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

Surrey County Council will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers.

Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful.

If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.

Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened.

The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5) Dyddiad anfon yr hysbysiad hwn

19/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
39370000 Cyfarpar dwr Cyfarpar amrywiol
50411100 Gwasanaethau atgyweirio a chynnal a chadw mesuryddion dwr Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur
60600000 Gwasanaethau cludiant dros dwr Gwasanaethau cludo (heblaw cludo gwastraff)
65100000 Gwasanaethau dosbarthu dwr a gwasanaethau cysylltiedig Cyfleustodau cyhoeddus
71631430 Gwasanaethau profi gollyngiadau Gwasanaethau archwilio technegol
90713100 Gwasanaethau ymgynghori ar gyfer cyflenwad dwr a dwr gwastraff heblaw ar gyfer adeiladu Gwasanaethau ymgynghori ar faterion amgylcheddol
71800000 Gwasanaethau ymgynghori ar gyfer ymgynghoriaeth cyflenwad dwr a gwastraff Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
38421100 Mesuryddion dwr Cyfarpar mesur llif
42122130 Pympiau dwr Pympiau
71314000 Ynni a gwasanaethau cysylltiedig Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu

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:
chloe.sharpe2@reading.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.