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)

Thames Water Strategic Resource Options (SRO) Partner Frameworks

  • Cyhoeddwyd gyntaf: 19 Mai 2023
  • Wedi'i addasu ddiwethaf: 19 Mai 2023

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-03cda7
Cyhoeddwyd gan:
Thames Water Utilities Limited
ID Awudurdod:
AA20727
Dyddiad cyhoeddi:
19 Mai 2023
Dyddiad Cau:
-
Math o hysbysiad:
Hysbysiad Gwybodaeth Ymlaen Llaw (PIN)
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Framework 1: TECHNICAL PARTNER (Ref. FA2050)

The duration of the Technical Partner (TP) framework will be up to 8 years and will cover the development phase through to the mobilisation of the Delivery Partner(s).

The TP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• General Technical Partner Support Services

• Engineering Services

• Environmental Services

• Planning Services

• Land Services

• Engagement Services

• Project Management, Programme, Risk and Cost Activities

• Consultation Response Analysis

• Events Management

Framework 2: PROGRAMME PARTNER (Ref. FA2051)

The duration of the Programme Partner (PP) framework will be up to 8 years and will cover development activities phase through to the mobilisation of Delivery Partner(s).

The PP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• Leadership and Engendering Collaboration across the Programme

• Project & Programme Performance Baselining and Reporting

• Cost Planning & Estimating

• Schedule Management, Planning Control and Outcome Modelling

• Risk Management

• Project Controls and Governance

• Procurement Support and Market Engagement

• Establishing and Assuring Contract Administration Processes,

• Development of Programme Management Methodology and Practice

• Information Management and Business Systems

• Project Assurance and Review

• Technical Controls and Advice

• Interface Management and Systems Integration

• Requirements Management

• Development of Delivery and Procurement Strategies

• Overall Team Performance

• Supporting the Establishment and Discharge of Third-Party Agreements

Important Additional Information

Additional supporting documents can be found on our eSourcing platform, IASTA SmartSource (IASTA). To access the project in IASTA please follow the instructions listed on https://www.thameswater.co.uk/procurement and use the following project details:

IASTA Project Name : SRO Partner Procurements

Details of Required Services - A further breakdown of the services required within the above listed categories can be found by accessing the document titled SRO Service Requirements in IASTA.

Expression of Interest - Whilst it is not a mandatory requirement for inclusion, we invite you to submit your expression of interest by using the Expression of Interest Form located in IASTA. Please submit your completed form via IASTA by 12 noon on 9th June 2023.

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

THAMES WATER UTILITIES LIMITED

02366661

Reading

RG1 8DB

UK

Person cyswllt: Thames Water

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

NUTS: UKJ11

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.thameswater.co.uk

I.3) Cyfathrebu

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

www.thameswater.co.uk/procurement


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

Thames Water Strategic Resource Options (SRO) Partner Frameworks

II.1.2) Prif god CPV

71800000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Thames Water Utilities Ltd (TWUL) intends to establish new professional services frameworks to support its Strategic Resource Options (SRO) programme. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This PIN relates to Phase 1 only. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.

TWUL's current portfolio of SRO projects includes, but is not limited to, the South East Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/

This Prior Information Notice (PIN) is issued ahead of contract notices for the appointment of various partner opportunities, including but not limited to a Technical Partner (TP) and a Programme Partner (PP) to support TWUL's SROs. TWUL are issuing this PIN to provide potential bidders advanced notice of these procurement events. Each opportunity will be published under a separate contract notice.

TWUL intends to award the first work packages immediately following the appointment of framework suppliers.

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

44160000

45112700

45113000

65000000

71200000

71300000

71400000

71800000

73220000

79400000

90713100

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Framework 1: TECHNICAL PARTNER (Ref. FA2050)

The duration of the Technical Partner (TP) framework will be up to 8 years and will cover the development phase through to the mobilisation of the Delivery Partner(s).

The TP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• General Technical Partner Support Services

• Engineering Services

• Environmental Services

• Planning Services

• Land Services

• Engagement Services

• Project Management, Programme, Risk and Cost Activities

• Consultation Response Analysis

• Events Management

Framework 2: PROGRAMME PARTNER (Ref. FA2051)

The duration of the Programme Partner (PP) framework will be up to 8 years and will cover development activities phase through to the mobilisation of Delivery Partner(s).

The PP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• Leadership and Engendering Collaboration across the Programme

• Project & Programme Performance Baselining and Reporting

• Cost Planning & Estimating

• Schedule Management, Planning Control and Outcome Modelling

• Risk Management

• Project Controls and Governance

• Procurement Support and Market Engagement

• Establishing and Assuring Contract Administration Processes,

• Development of Programme Management Methodology and Practice

• Information Management and Business Systems

• Project Assurance and Review

• Technical Controls and Advice

• Interface Management and Systems Integration

• Requirements Management

• Development of Delivery and Procurement Strategies

• Overall Team Performance

• Supporting the Establishment and Discharge of Third-Party Agreements

Important Additional Information

Additional supporting documents can be found on our eSourcing platform, IASTA SmartSource (IASTA). To access the project in IASTA please follow the instructions listed on https://www.thameswater.co.uk/procurement and use the following project details:

IASTA Project Name : SRO Partner Procurements

Details of Required Services - A further breakdown of the services required within the above listed categories can be found by accessing the document titled SRO Service Requirements in IASTA.

Expression of Interest - Whilst it is not a mandatory requirement for inclusion, we invite you to submit your expression of interest by using the Expression of Interest Form located in IASTA. Please submit your completed form via IASTA by 12 noon on 9th June 2023.

II.2.14) Gwybodaeth ychwanegol

TWUL appreciates that there may be suppliers that represent a scarce resource and is particularly concerned that these resources, in respect of certain SROs project opportunities described in this notice, should not:

• be subject to an exclusivity arrangement with an Applicant/Bidder in the procurement process to the detriment of competition; and

• be subject to sub-contract terms or obligations that threaten the ability of another Consultant to deliver its own contract.

Accordingly, during the procurement process, Applicants/Bidders are asked not to enter any exclusivity arrangements with a potential subcontractor or supplier.

If the Applicant/Bidder has doubts or uncertainties about whether any arrangements with other suppliers would be viewed as falling within the above categorisation, they should seek guidance from TWUL before entering any exclusivity arrangement with a subcontractor or supplier.

If despite this request an Applicant/Bidder enters an exclusive arrangement with a supplier, to the detriment of other Applicants/Bidders such that competition is adversely impacted, TWUL reserves the right to omit the procurement of these resources through the procurement process; to enter into arrangements directly with the relevant supplier; and to require the successful Applicant/Bidder to enter into subcontracts with the relevant supplier.

Applicants/Bidders who have concerns about the state of a market or who encounter difficulties engaging with suppliers for specific resources, should raise a query with TWUL as TWUL cannot deal with the issue if it is not disclosed.

TWUL reserves the right to procure any of the services listed below as separate contracts and/or frameworks as part of separate and independent procurement events.

TWUL is working with several partners, including other water companies to develop and deliver the SROs. Furthermore, depending on the commercial and procurement strategies for delivery of these projects, TWUL will reserve the right to novate contracts, subject to the Consultant's agreement, to partner organisations or delivery partners.

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

30/06/2023

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

IV.2) Gwybodaeth weinyddol

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

EN

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

This PIN is not a call for competition and any information in this PIN maybe subject to change prior to publication of the contract notice and associated procurement documents.

After publication of the Contract Notices, all interested parties will be required to participate in a Selection Process by completing and returning a Pre-Qualification Questionnaire (PQQ). The completed PQQ is used to determine which suppliers satisfy the selection criteria and who will progress to the next stage of the tender process. Individual Contract Notices, PQQ's and associated documents for these opportunities are planned to be issued in June 2023.

If you have any further questions, please email procurement.support.centre@thameswater.co.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

18/05/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
65000000 Cyfleustodau cyhoeddus Gwasanaethau eraill
44160000 Gwaith adeiladau pontydd ar gyfer piblinellau Deunyddiau adeiladu ac eitemau cysylltiedig
45113000 Gwaith safle Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd
45112700 Gwaith tirlunio Gwaith cloddio a symud pridd
71400000 Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71200000 Gwasanaethau pensaernïol a gwasanaethau cysylltiedig Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
73220000 Gwasanaethau ymgynghori ar ddatblygu Gwasanaethau ymgynghori ar ymchwil a datblygu
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
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

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.