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 Gwybodaeth Ymlaen Llaw (PIN)

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

  • Cyhoeddwyd gyntaf: 14 Mai 2022
  • Wedi'i addasu ddiwethaf: 14 Mai 2022

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:
ocds-h6vhtk-03379c
Cyhoeddwyd gan:
United Utilities Water Limited
ID Awudurdod:
AA76770
Dyddiad cyhoeddi:
14 Mai 2022
Dyddiad Cau:
-
Math o hysbysiad:
Hysbysiad Gwybodaeth Ymlaen Llaw (PIN)
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

UUW is pursuing Ofwat’s DPC approach for HARP and Ofwat has designated the project to be delivered through DPC (https://www.ofwat.gov.uk/publication/direct-procurement-for-customers-project-designation-direction-issued-to-united-utilities-harp-scheme/). The intention of the DPC model is to unlock efficiency and innovation in the market by competitively procuring the delivery of large schemes such as HARP.

Ofwat is of the opinion that delivering HARP following a DPC procurement process can reasonably be expected to deliver value for money for customers, as set out in its recent consent for the commencement of the HARP DPC procurement.

Further information regarding the Ofwat methodology for DPC can be viewed via the following link; https://www.ofwat.gov.uk/wp-content/uploads/2017/12/Appendix-9-Direct-procurement-FM.pdf

UUW will be utilising the negotiated procedure with prior call for competition and intends to award the entire scope to a single CAP.

In summary, works and services for delivering the HARP DPC Project comprise:

(a) The coordination of all design, construction, commissioning of works, implementation, and project management at all sites

(b) management of limiting environmental impact to local communities

(c) securing land and property rights

(d) obtaining and complying with all consents (including s.106 Agreements)

(e) compliance with all requirements with respect to Biodiversity Net Gain

(f) design, construction, commissioning, implementation, testing & inspection of the works

(g) provision of all utilities and services necessary for the permanent operation of the new aqueduct, including activation any associated connection fees

(h) surveys, monitoring, and instrumentation works and services

(i) studies, investigations, and assessments

(j) reinstatement of all utilities, highways, footpaths, and hardstanding outside of the worksite that are damaged or temporarily modified during construction of the works

(k) engagement with stakeholders, local communities and third parties impacted by the HARP DPC Project (with listed exceptions) including complaints resolution

(l) provision of workforce occupational health services and well-being programmes

(m) ancillary activities necessary to ensure that the works and services are carried out in accordance with good industry practice

(n) protection and maintenance of the works through construction, testing and commissioning periods

(o) provision of as-built construction records, operation and maintenance documentation and other documentation for the HARP DPC Project

(p) provision of warranties and collateral warranties for plant and materials

(q) provision of temporary works to deliver the HARP DPC Project

(r) undertaking acceptance tests

(s) provision of all elements required for operational and maintenance access

(t) securing deeds of easement and rights of access along the entire length of the new HA tunnelled sections

(u) monitoring the impact of the works on private water supplies and arranging the provision of alternative water supplies where required

(v) provision of all other required works, services and activities required for specified operating techniques, parameters and restraints and water quality standards.

The CAP will be appointed under a bespoke project agreement with UUW, the term of the project agreement will be 25 years, plus a construction period.

UUW requires the following broad structure of the CAP:

(a) The CAP legal entity will be a Special Purpose Vehicle (SPV)

(b) The SPV will be a limited company (in accordance with amendments to UUW’s licence conditions) and will be formed prior to entry into the project agreement with UUW

(c) The CAP will be owned by the equity provider entity (or entities)

(d) The CAP will enter into the project agreement with UUW

Testun llawn y rhybydd

Hysbysiad dangosol cyfnodol - cyfleustodau

Hysbysiad dangosol cyfnodol yn unig yw'r hysbysiad hwn

Adran I: Endid contractio

I.1) Enw a chyfeiriad

United Utilities Water Limited

02366678

Lingley Mere Business Park

Warrington

WA5 3LP

UK

E-bost: HARP@uuplc.co.uk

NUTS: UKD

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.unitedutilities.com

Cyfeiriad proffil y prynwr: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984

I.3) Cyfathrebu

Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


I.6) Prif weithgaredd

Dŵr

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

United Utilities Water Limited (UUW) proposes to deliver a scheme titled Haweswater Aqueduct Resilience Programme (HARP) via Ofwat’s Direct Procurement for Customers (DPC) approach, engaging a Competitively Appointed Provider (CAP) to design, build, finance and maintain this major water resilience supply project.

The Haweswater Aqueduct Resilience Programme ("HARP DPC Project") is intended to mitigate the risk of water service impacts as a result of asset failure of the existing Haweswater Aqueduct.

In summary, the scope of the HARP DPC Project is the delivery of:

(a) design, construction, testing and commissioning of the works.

(b) planned and corrective maintenance, including lifecycle maintenance, of the assets following the completion of each section of the tunnel.

(c) the project management of the activities.

(d) financing of the activities.

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

43123000

43320000

45221000

45221200

45221240

45221247

45231300

45233000

45350000

50000000

63712320

65100000

65320000

66100000

66122000

71000000

71242000

71322000

71500000

71540000

71541000

II.2.3) Man cyflawni

Cod NUTS:

UKD

II.2.4) Disgrifiad o’r caffaeliad

UUW is pursuing Ofwat’s DPC approach for HARP and Ofwat has designated the project to be delivered through DPC (https://www.ofwat.gov.uk/publication/direct-procurement-for-customers-project-designation-direction-issued-to-united-utilities-harp-scheme/). The intention of the DPC model is to unlock efficiency and innovation in the market by competitively procuring the delivery of large schemes such as HARP.

Ofwat is of the opinion that delivering HARP following a DPC procurement process can reasonably be expected to deliver value for money for customers, as set out in its recent consent for the commencement of the HARP DPC procurement.

Further information regarding the Ofwat methodology for DPC can be viewed via the following link; https://www.ofwat.gov.uk/wp-content/uploads/2017/12/Appendix-9-Direct-procurement-FM.pdf

UUW will be utilising the negotiated procedure with prior call for competition and intends to award the entire scope to a single CAP.

In summary, works and services for delivering the HARP DPC Project comprise:

(a) The coordination of all design, construction, commissioning of works, implementation, and project management at all sites

(b) management of limiting environmental impact to local communities

(c) securing land and property rights

(d) obtaining and complying with all consents (including s.106 Agreements)

(e) compliance with all requirements with respect to Biodiversity Net Gain

(f) design, construction, commissioning, implementation, testing & inspection of the works

(g) provision of all utilities and services necessary for the permanent operation of the new aqueduct, including activation any associated connection fees

(h) surveys, monitoring, and instrumentation works and services

(i) studies, investigations, and assessments

(j) reinstatement of all utilities, highways, footpaths, and hardstanding outside of the worksite that are damaged or temporarily modified during construction of the works

(k) engagement with stakeholders, local communities and third parties impacted by the HARP DPC Project (with listed exceptions) including complaints resolution

(l) provision of workforce occupational health services and well-being programmes

(m) ancillary activities necessary to ensure that the works and services are carried out in accordance with good industry practice

(n) protection and maintenance of the works through construction, testing and commissioning periods

(o) provision of as-built construction records, operation and maintenance documentation and other documentation for the HARP DPC Project

(p) provision of warranties and collateral warranties for plant and materials

(q) provision of temporary works to deliver the HARP DPC Project

(r) undertaking acceptance tests

(s) provision of all elements required for operational and maintenance access

(t) securing deeds of easement and rights of access along the entire length of the new HA tunnelled sections

(u) monitoring the impact of the works on private water supplies and arranging the provision of alternative water supplies where required

(v) provision of all other required works, services and activities required for specified operating techniques, parameters and restraints and water quality standards.

The CAP will be appointed under a bespoke project agreement with UUW, the term of the project agreement will be 25 years, plus a construction period.

UUW requires the following broad structure of the CAP:

(a) The CAP legal entity will be a Special Purpose Vehicle (SPV)

(b) The SPV will be a limited company (in accordance with amendments to UUW’s licence conditions) and will be formed prior to entry into the project agreement with UUW

(c) The CAP will be owned by the equity provider entity (or entities)

(d) The CAP will enter into the project agreement with UUW

(e) The CAP will sub-contract the design, construction, and maintenance obligations

(f) Where applicable, the CAP will sub-contract certain other obligations.

II.2.14) Gwybodaeth ychwanegol

The purpose of this PIN is to give potentially interested parties advance notice that UUW intends to issue a contract notice for the above mentioned procurement shortly.

This PIN does not constitute a call for competition to procure any works or services.

II.3) Dyddiad amcangyfrifedig ar gyfer cyhoeddi’r hysbysiad contract:

20/06/2022

Section IV: Gweithdrefn

IV.1) Disgrifiad

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

The procurement is covered by the Government Procurement Agreement: Na

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

Tender launch event - In advance of the contract notice, UUW will be holding a tender launch event on Wednesday 8 June at a location to be confirmed in Manchester (UK). The purpose of the event is to provide interested parties with any relevant HARP DPC Project updates, and to ensure the market is informed as to some key elements of the tender process prior to the publication of the contract notice.

This event will outline the background of the project, the regulatory framework, engineering and planning updates, anticipated procurement timeline and key processes.

If you would like to attend this event please register your interest to HARP@uuplc.co.uk no later than midday 30 May 2022, further information on the location, timings and agenda for the day will then be shared.

In your response, please confirm the following information for any attendees, noting that numbers of attendees are restricted to 2 per organisation;

- Name

- Title

- Organisation

- Email address

Sharing information - In order to provide the necessary information to prepare a tender, UUW intend to provide access to a broad range of commercial and technical documentation, some of which is classified as ‘UU Confidential’ and will only be shared with those bidders shortlisted through to the ITN.

UUW can only share any UU Confidential documents where it is appropriate to do so, and where suitable safeguards have been put in place.

In order to get access to the UUW Confidential documents with the ITN, the CAP and certain parties to the CAP (who will need to be identified to UUW) will need to pass UUW’s security requirements. Interested parties should note, UUW intends to utilise a platform called "Risk Ledger" to undertake the security requirement assessment before giving access to UU Confidential documents.

Failure to pass the security requirements at the point by which UUW invite shortlisted bidders to ITN will result in a delay in getting access to any documents classified as UU Confidential.

As such, and due to the standards set out in the security requirements, it is encouraged, in anticipation of becoming a shortlisted bidder and requiring access to UU Confidential documents, that entities taking on key design and construction roles (i.e. those who are most likely to require access to documents with a UU Confidential status in order to prepare a bid) may wish to access this platform and familiarise themselves with these requirements and what is required to pass these requirements as early as possible.

Full and further information will be provided within the tender documents at contract notice.

For clarity Risk Ledger can be accessed in advance of the procurement and the potential security requirement questions can be viewed via the following link; https://riskledger.com/resources/framework

Interested parties can also register for free and should they wish, begin to complete their responses to questions in Risk Ledger using the following link; https://riskledger.com/contact/

Whilst information in this PIN describes UUW’s current view of how it is minded to proceed, interested parties should note that the positions set out in this PIN remain subject to change and will not necessarily reflect the position as at the issue of the contract notice (or conclusion of the procurement process).

Any queries in relation to this PIN should be directed to HARP@uuplc.co.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

13/05/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
43320000 Cyfarpar adeiladu Peiriannau a chyfarpar adeiladu
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45231300 Gwaith adeiladu ar gyfer piblinellau dwr a charthion Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer
45221000 Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd Gwaith peirianneg a gwaith adeiladu
45221240 Gwaith adeiladu ar gyfer twneli Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45221200 Gwaith adeiladu ar gyfer twneli, siafftiau ac isffyrdd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45350000 Gwaith gosod mecanyddol Gwaith gosod ar gyfer adeiladau
71242000 Gwaith paratoi ac amcangyfrif costau prosiectau a dyluniadau Gwasanaethau pensaernïol, peirianneg a chynllunio
45221247 Gwaith twnelu Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill
66100000 Gwasanaethau bancio a buddsoddi Gwasanaethau ariannol ac yswiriant
66122000 Gwasanaethau cyllid corfforaethol a chyfalaf menter Gwasanaethau bancio buddsoddi a gwasanaethau cysylltiedig
65100000 Gwasanaethau dosbarthu dwr a gwasanaethau cysylltiedig Cyfleustodau cyhoeddus
71322000 Gwasanaethau dylunio peirianneg ar gyfer adeiladu gwaith peirianneg sifil Gwasanaethau dylunio peirianneg
71500000 Gwasanaethau goruchwylio safleoedd adeiladu Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
63712320 Gwasanaethau gweithredu twneli Gwasanaethau cymorth ar gyfer trafnidiaeth ffyrdd
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71540000 Gwasanaethau rheoli adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
71541000 Gwasanaethau rheoli prosiectau adeiladu Gwasanaethau rheoli adeiladu
45233000 Gwasanaethau sy’n gysylltiedig ag adeiladu Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer, ar gyfer priffyrdd, ffyrdd, meysydd glanio a rheilffyrdd; gwaith ar y gwastad
65320000 Gweithredu cyfarpar trydanol Dosbarthu trydan a gwasanaethau cysylltiedig
43123000 Peiriannau twnelu Torwyr glo neu greigiau a pheiriannau twnelu, a pheiriannau turio neu gloddio

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:
HARP@uuplc.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.