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.

Dyfarnu Contract

Property Management Services

  • Cyhoeddwyd gyntaf: 03 Mai 2021
  • Wedi'i addasu ddiwethaf: 03 Mai 2021

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 Ltd
ID Awudurdod:
AA77187
Dyddiad cyhoeddi:
03 Mai 2021
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The scope of this procurement is for the provision of specialist, property management and portfolio development services aligned to the Thames Tideway Tunnel property portfolio.

The Thames Tideway Tunnel will be a 16 mile tunnel running mostly under the tidal section of the River Thames through central London. Started in 2016, construction of the Thames Tideway Tunnel aimed to take seven to 8 years with all work completed by 2024. The sites acquired by Thames Water to enable the construction of the Thames Tideway Tunnel were mostly substantial residential development sites. These land deals included high market values and, in some cases, included complex pre-emption, buy back and overage options.

The key outcomes of this engagement will be to ensure (from a property perspective) that Thames Water can fully comply with ET06 and ET07 and that hand back and disposal, where relevant, of sites can be achieved by the necessary dates and that the operation of Public Realm sites are returned to Thames Water as agreed.

Full detail of ET06 and ET07 can be found in OFWAT’s final determination paper for Thames Tideway Tunnel at the following link:

https://www.ofwat.gov.uk/wp-content/uploads/2019/12/PR19-final-determinations-Thames-Water-Thames-Tideway-Tunnel-performance-commitments-additional-information-appendix.pdf

In total there are c.27 sites made up of c.88 parcels of land, this includes five principle disposal sites and c.14 areas of Public Realm.

Activities that we expect to be supported by this procurement could include (but are not limited to):

— maximising value creation;

— land disposals and sales;

— long term value creation (yield opportunities);

— acquisitions;

— valuation support and project appraisal;

— public realm (Thames Tideway Public Realm comprises of a handful of very prominent and iconic sites for public use);

— specific lease agreement management (see PQQ documentation for more information);

— rent and licence fee reviews;

— strategic initiatives;

— planning and development planning;

— internal asset transfers;

— alternative land use;

— compulsory purchase advice;

— identifying other potential income stream;

— interaction and engagement management with key stakeholders such as GLA, PLA, EA etc.

Successful organisations should have a proven track record in property management and portfolio development services with an experienced, dedicated workforce to deliver the activities mentioned above. We expect successful organisations to operate as an integrated member of the Thames Water Property team, providing services and presence within the Thames Water offices in Reading and the Thames Tideway offices in central London (recommend 2 days per week unless agreed otherwise).

For the avoidance of doubt the scope for this procurement does not include facilities management.

Thames Tideway Tunnel property portfolio is broken down as follows:

— 5 principal disposal sites where our requirement is to carry out disposal within a mandated timescale whilst maximising value in line with our obligations under ET06 and ET07 regulations;

— 14 public realm sites that we wish to explore revenue opportunities for, including community use, reputational retention and value creation;

— 8 various other hand back sites where we must again comply with out ET06 and ET07 obligations whilst considering maximised value and retention options to Thames Water.

Scope detail for this lot has been included in our PQQ documentation.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Thames Water Utilities Ltd

Procurement Support Centre — 6th Floor RBH, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK

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

NUTS: UKJ11

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.thameswater.co.uk

I.6) Prif weithgaredd

Dŵr

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Property Management Services

Cyfeirnod: FA1436

II.1.2) Prif god CPV

70000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Thames Water wishes to award one or more framework agreements to supplier(s) capable of providing property management services to the Thames Water Group, across our entire business footprint and more widely if required. This could include (but is not limited to) estates and rents management, long term value creation, disposals, acquisitions and development planning relative to the Thames Water Group and Thames Tideway Tunnel property portfolios. Additionally we are seeking the provision of business rates advisory and appeal services.

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

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 2

II.2.1) Teitl

TTT Assets — Land Sales, Development and Development Planning

II.2.2) Cod(au) CPV ychwanegol

70110000

70111000

70112000

70120000

70121000

70121100

70121200

70122000

70122100

70122110

70122200

70122210

70123000

70123100

70123200

70300000

70310000

70320000

70321000

70322000

70330000

70331000

70331100

70332000

70332100

70332200

70332300

70333000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKJ


Prif safle neu fan cyflawni:

Whole of Thames Water Region.

II.2.4) Disgrifiad o’r caffaeliad

The scope of this procurement is for the provision of specialist, property management and portfolio development services aligned to the Thames Tideway Tunnel property portfolio.

The Thames Tideway Tunnel will be a 16 mile tunnel running mostly under the tidal section of the River Thames through central London. Started in 2016, construction of the Thames Tideway Tunnel aimed to take seven to 8 years with all work completed by 2024. The sites acquired by Thames Water to enable the construction of the Thames Tideway Tunnel were mostly substantial residential development sites. These land deals included high market values and, in some cases, included complex pre-emption, buy back and overage options.

The key outcomes of this engagement will be to ensure (from a property perspective) that Thames Water can fully comply with ET06 and ET07 and that hand back and disposal, where relevant, of sites can be achieved by the necessary dates and that the operation of Public Realm sites are returned to Thames Water as agreed.

Full detail of ET06 and ET07 can be found in OFWAT’s final determination paper for Thames Tideway Tunnel at the following link:

https://www.ofwat.gov.uk/wp-content/uploads/2019/12/PR19-final-determinations-Thames-Water-Thames-Tideway-Tunnel-performance-commitments-additional-information-appendix.pdf

In total there are c.27 sites made up of c.88 parcels of land, this includes five principle disposal sites and c.14 areas of Public Realm.

Activities that we expect to be supported by this procurement could include (but are not limited to):

— maximising value creation;

— land disposals and sales;

— long term value creation (yield opportunities);

— acquisitions;

— valuation support and project appraisal;

— public realm (Thames Tideway Public Realm comprises of a handful of very prominent and iconic sites for public use);

— specific lease agreement management (see PQQ documentation for more information);

— rent and licence fee reviews;

— strategic initiatives;

— planning and development planning;

— internal asset transfers;

— alternative land use;

— compulsory purchase advice;

— identifying other potential income stream;

— interaction and engagement management with key stakeholders such as GLA, PLA, EA etc.

Successful organisations should have a proven track record in property management and portfolio development services with an experienced, dedicated workforce to deliver the activities mentioned above. We expect successful organisations to operate as an integrated member of the Thames Water Property team, providing services and presence within the Thames Water offices in Reading and the Thames Tideway offices in central London (recommend 2 days per week unless agreed otherwise).

For the avoidance of doubt the scope for this procurement does not include facilities management.

Thames Tideway Tunnel property portfolio is broken down as follows:

— 5 principal disposal sites where our requirement is to carry out disposal within a mandated timescale whilst maximising value in line with our obligations under ET06 and ET07 regulations;

— 14 public realm sites that we wish to explore revenue opportunities for, including community use, reputational retention and value creation;

— 8 various other hand back sites where we must again comply with out ET06 and ET07 obligations whilst considering maximised value and retention options to Thames Water.

Scope detail for this lot has been included in our PQQ documentation.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Any agreement awarded would be for an initial duration of 5 years with options to extend up to a maximum of 10 years in total. Performance against service levels will be measured and reviewed with appropriate remedies.

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:

2020/S 052-125027

Section V: Dyfarnu contract

Rhif y Lot: 2

Rhif Contract: Savills (UK) Ltd

Teitl: TTT Assets — Land Sales, Development and Development Planning

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

04/12/2020

V.2.2) Gwybodaeth am dendrau

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Savills (UK) Ltd

London

UK

NUTS: UKI

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

All suppliers who wish to respond to this OJEU notice must request a pre-qualification questionnaire (PQQ) by using the weblink in section I.3) (www.thameswater.co.uk/procurement).

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Thames Water Utilities Ltd

Reading

UK

VI.4.3) Gweithdrefn adolygu

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

Thames Water Utilities Ltd 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 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.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Thames Water Utilities Ltd

Reading

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

28/04/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
70112000 Datblygu eiddo tiriog amhreswyl Datblygu gwasanaethau eiddo tiriog
70111000 Datblygu eiddo tiriog preswyl Datblygu gwasanaethau eiddo tiriog
70110000 Datblygu gwasanaethau eiddo tiriog Gwasanaethau eiddo tiriog gyda’ch eiddo eich hun
70332000 gwaith atgyweirio a chynnal a chadw amhreswyl Gwasanaethau yswiriant eiddo tiriog ar sail ffi neu gontract
70300000 Gwasanaethau asiantaeth eiddo tiriog ar sail ffi neu gontract Gwasanaethau eiddo tiriog
70332300 Gwasanaethau eiddo diwydiannol gwaith atgyweirio a chynnal a chadw amhreswyl
70331000 Gwasanaethau eiddo preswyl Gwasanaethau yswiriant eiddo tiriog ar sail ffi neu gontract
70000000 Gwasanaethau eiddo tiriog Adeiladu ac Eiddo Tiriog
70121100 Gwasanaethau gwerthu adeiladau Gwasanaethau gwerthu neu brynu adeiladau
70121000 Gwasanaethau gwerthu neu brynu adeiladau Prynu a gwerthu eiddo tiriog
70122000 Gwasanaethau gwerthu neu brynu tir Prynu a gwerthu eiddo tiriog
70122100 Gwasanaethau gwerthu tir Gwasanaethau gwerthu neu brynu tir
70122110 Gwasanaethau gwerthu tir gwag Gwasanaethau gwerthu neu brynu tir
70121200 Gwasanaethau prynu adeiladau Gwasanaethau gwerthu neu brynu adeiladau
70122200 Gwasanaethau prynu tir Gwasanaethau gwerthu neu brynu tir
70122210 Gwasanaethau prynu tir gwag Gwasanaethau gwerthu neu brynu tir
70310000 Gwasanaethau rhentu neu werthu adeiladau Gwasanaethau asiantaeth eiddo tiriog ar sail ffi neu gontract
70320000 Gwasanaethau rhentu neu werthu tir Gwasanaethau asiantaeth eiddo tiriog ar sail ffi neu gontract
70322000 Gwasanaethau rhentu neu werthu tir gwag Gwasanaethau rhentu neu werthu tir
70321000 Gwasanaethau rhentu tir Gwasanaethau rhentu neu werthu tir
70332200 Gwasanaethau rheoli eiddo masnachol gwaith atgyweirio a chynnal a chadw amhreswyl
70331100 Gwasanaethau rheoli sefydliadau Gwasanaethau eiddo preswyl
70332100 Gwasanaethau rheoli tir gwaith atgyweirio a chynnal a chadw amhreswyl
70333000 Gwasanaethau tai Gwasanaethau yswiriant eiddo tiriog ar sail ffi neu gontract
70330000 Gwasanaethau yswiriant eiddo tiriog ar sail ffi neu gontract Gwasanaethau asiantaeth eiddo tiriog ar sail ffi neu gontract
70123200 Gwerthu eiddo amhreswyl Gwerthu eiddo tiriog
70123000 Gwerthu eiddo tiriog Prynu a gwerthu eiddo tiriog
70123100 Gwerthu eiddo tiriog preswyl Gwerthu eiddo tiriog
70120000 Prynu a gwerthu eiddo tiriog Gwasanaethau eiddo tiriog gyda’ch eiddo eich hun

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.