Hysbysiad dyfarnu contract – cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Person cyswllt: Jennifer Pike
E-bost: AMP8Procurements@uuplc.co.uk
NUTS: UKD
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.unitedutilities.com
Cyfeiriad proffil y prynwr: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
I.6) Prif weithgaredd
Dŵr
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
PRO004756-Services-Framework- Specialist Design Development Partners
II.1.2) Prif god CPV
71320000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
United Utilities (UU) is looking to appoint Specialist Design Development Partners (DDP) in order to provide essential design development support to increase capacity, develop outline and if required detailed design packages in conjunction with the UU, and then secure all required third party approvals and be issued for construction. The Specialist DDP will engage in a service contract focused on providing essential resources to develop the Strategic Solutions Identification Partner’s / UU’s ‘High level solution’ to outline design, and if required detailed designs, for design & build, build-only and Rainwater management (RWM) projects. This task requires the Specialist DDP to predominantly focus on translating the given high-level solution into practical and effective design outputs, therefore, the Specialist DDP’s expertise in design will be pivotal in bridging the gap between the Strategic Solution Partner’s conceptual deliverables into tangible, executable deliverables.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Cynnig isaf: / Y cynnig uchaf:
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1 - Design Packages
II.2.2) Cod(au) CPV ychwanegol
71322000
79415200
79930000
II.2.3) Man cyflawni
Cod NUTS:
UKD
II.2.4) Disgrifiad o’r caffaeliad
The Specialist Design Development Partners – Design Packages, will support the company’s delivery of both infrastructure and non-infrastructure projects in AMP8 and AMP9. The design package can be either a discrete design package, for example to provide a structural design of a reinforced concrete tank with the required outputs being the calculations, a rebar schedule and supporting drawing(s) or it could be to develop a high level solution into an outline and / or detailed design where the Specialist DDP is responsible for all elements of that design, including but not limited to acting as Principal Designer under CDM.
Where the Specialist DDP are responsible for a discrete package and supporting others responsible for all elements of the design they shall be provided with a detailed scope and a list of the required outputs .
Where the Specialist DDP are responsible for all elements of the design the Specialist DDP's role will be scoped through the NEC4 Engineering Works Information (EWI) to ensure clarity and efficiency in the design process. The Specialist DDP will take predefined outputs delivered from the previous phase, for example Process Flow Diagrams (PFDs), layouts, data sheets, etc, and use them as the basis for developing comprehensive outline design, and if required detailed design, deliverables. These design deliverables should align closely with the original objectives and specifications provided, ensuring that the final designs are both relevant and functional. The DDP will ensure that all designs are carried out in line with ISO 9001 and the employers standards and specifications
The Specialist DDP will excel in conducting refined cost-benefit analyses to maximize financial efficiency while maintaining an interactive collaboration with UU, the Strategic Solutions Partner’s and build only contractor teams for actionable insights. The process should also involve a thorough assessment of lifecycle costs, proactive stakeholder involvement to ensure alignment with wider project objectives, and third party approval requirements, and a commitment to pioneering sustainable and innovative solutions. Through established performance metrics, the aim is to deliver designs that are not only cost-effective but also environmentally responsible, fulfilling the extensive objectives of our projects.
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Lot 2 - Rainwater Management and Nature Based Solution Design
II.2.2) Cod(au) CPV ychwanegol
71322000
79415200
79930000
II.2.3) Man cyflawni
Cod NUTS:
UKD
II.2.4) Disgrifiad o’r caffaeliad
The Specialist Design Development Partners – framework will support the Company’s delivery of Rainwater Management Solutions Projects in AMP8 and AMP9. Primary responsibilities will be to develop stipulated high level design solutions into outline and /or detailed design and produce design packages ready for delivery via the companies’ Rainwater Delivery Partners.
The Rainwater Design Development Partners will be responsible for one or more of four areas-
• Cumbria
• Lancashire
• Greater Manchester
• Merseyside and Cheshire
The current programme indicates that there will be c8000 ,interventions required across the whole network area, however it should be noted that the programme will remain fluid as part of PR24 and as such may realise as many as 15,000 interventions.
The Company’s Rainwater Management Strategy places emphasis on the value of rainwater. The strategy interacts with the upper catchments and our estates, to our drainage areas and networks and ultimately our wastewater treatment works. Managing rainwater using this philosophy aligns to CaST approach techniques. This strategy is underpinned by a Sustainable Drainage philosophy to recycle and re-use rainwater, manage it at source (close to where it falls), convey it on the surface and attenuate it on the surface to ‘slow the flow’.
This approach supports both sustainable drainage and water efficiency; increasing headroom across the wastewater business and reducing demand for potable supply through recycling and cultural change whilst monetising and delivering multi capital benefits, delivering blue green infrastructure to communities across the North West. By delivering rainwater management, we reduce our reliance upon building conventional and carbon intensive storage tanks and increase our ability to deliver an adaptive plan. This ensures best value outcomes for customers.
Some of the packages of work within this programme are not innovative in isolation but are innovative in the scale at which they are being proposed to be delivered. This means the strategy unlocks easy and scalable solutions for the Company across its household and non-household base and associated impermeable areas in collaboration with retailers. To support ‘Our Future Plan’ the strategy may need to be adaptive and delivered across multiple asset management planning periods or integrated as a methodology within a place-based planning approach. The strategy has been designed in parallel and aligned to the Drainage and Wastewater Management Plan (DWMP). This ensures that the strategic direction as outlined within our long-term plans is used as the basis for developing the detail within this plan, and refined and tailored to ensure that short- to medium term strategic objectives are delivered as part of the long term plan.
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
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.
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-012473
Section V: Dyfarnu contract
Rhif y Lot: 1
Rhif Contract: 1
Teitl: Lot 1 - Design Packages
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
15/01/2025
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 1
Rhif Contract: 2
Teitl: Lot 1 - Design Packages
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
21/01/2025
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 1
Rhif Contract: 3
Teitl: Lot 1 - Design Packages
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
31/01/2025
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 2
Rhif Contract: 1
Teitl: Lot 2 - Rainwater Management and Nature Based Solution Design
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
17/02/2025
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 2
Rhif Contract: 2
Teitl: Lot 2 - Rainwater Management and Nature Based Solution Design
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
21/01/2025
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 2
Rhif Contract: 3
Teitl: Lot 2 - Rainwater Management and Nature Based Solution Design
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
15/01/2025
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of England & Wales
City of Westminster
London
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
13/03/2025