Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Thames Water Utilities Ltd
Procurement Support Centre — 3rd Floor East, 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.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.thameswater.co.uk/procurement
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.thameswater.co.uk/procurement
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Dŵr
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Tanks
Cyfeirnod: FA1470
II.1.2) Prif god CPV
44611000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Tanks are a critical asset in the water and wastewater treatment process. If tanks develop holes and/or cease to work effectively; the treatment process capacity is reduced and can lead to increased running costs and potential for catastrophic failure of the asset.
Thames Water Utilities Ltd wishes to establish a framework agreement for the provision of a range of tanks to be used on their Water and Wastewater sites across their entire region.
The agreement has been split into three specific lots, covering 5 main tank types.
Applicants are invited to apply for the following lots:
Lot 1: Sludeg holding tanks and Digesters,
Lot 2: Fuel tanks,
Lot 3: Chemical tanks and Salt Saturators.
Each lot will be awarded to 1-4 suppliers.
Companies may apply for one or more lots.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 10 400 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 3
Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:
1-3
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Sludge Holding Tanks and Digesters
II.2.2) Cod(au) CPV ychwanegol
44611000
45252122
44611420
II.2.3) Man cyflawni
Cod NUTS:
UKJ
UKI
Prif safle neu fan cyflawni:
Whole of TW Area.
II.2.4) Disgrifiad o’r caffaeliad
The provision of sludge holding tanks and digesters as below.
Glass reinforced steel tanks are generally used in Wastewater Sludge treatment applications, i.e. sludge holding tanks, sludge buffer tanks, picket fence thickeners, primary digesters and secondary digesters.
Sludge holding, buffer blending tanks:
Provide temporary storage for a type of sludge or blend of sludges, i.e. primary, humus and/or activated sludges. These sludges can be indigenous or imported from other sites. Tanks usually include some form of mixing facility.
Primary and secondary digesters:
Primary digesters are fixed roof structures where blended sludge is digested for between 12 to 25 days to reduce sludge volume, kill pathogens and generate methane gas.
Secondary digesters are the second stage of sludge digestion, providing additional pathogen kill.
Both tanks include either mechanical mixing (via a pump impeller) or using gas mixing systems.
TW wish to award this Lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW asset standards.
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: 5 300 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The initial term will be for 3 years with options to extend up to maximum term of 8 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.
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
Fuel tanks
II.2.2) Cod(au) CPV ychwanegol
44611000
44611400
II.2.3) Man cyflawni
Cod NUTS:
UKJ
UKI
Prif safle neu fan cyflawni:
Whole of TW Area.
II.2.4) Disgrifiad o’r caffaeliad
The provision of fuel tanks.
Fuel tanks are currently used either for bulk storage in the order of up to 350 000 litres or as day tanks from 500 litres to 100 000 litres.
TW store these on their premises to heat and run their premises and standby generators.
Compliance with government regulations and TW Asset Standards is vital to ensuring not only safety to people and the environment but also that TW are not fined or prosecuted.
TW wish to award this lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW Asset Standards.
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: 3 200 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The initial term will be for 3 years with options to extend up to maximum term of 8 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.
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 3
II.2.1) Teitl
Chemical Tanks and Salt Saturators
II.2.2) Cod(au) CPV ychwanegol
44611000
44611400
II.2.3) Man cyflawni
Cod NUTS:
UKJ
UKI
Prif safle neu fan cyflawni:
Whole of TW Area.
II.2.4) Disgrifiad o’r caffaeliad
The provision of chemical tanks and salt saturators as below.
Chemical tanks are contained in kiosk type tank units. The tanks contain chemicals, dosing pumps, level sensors, flow meters etc. required for chemical dosing treatment of water and wastewater.
These tanks hold various chemicals, including:
• sodium hypochlorite,
• sodium bisulphite,
• sodium hydroxide,
• sulphuric acid,
• ferric sulphate,
• orthophosphoric acid,
• polyaluminium chloride,
• softened water.
Storage tanks are arranged in pairs, depending on the size of the installation many pairs may be connected in series. In each pair there is a master tank and a slave tank.
These tanks may be constructed of Thermoplastics or GRP and may be conventionally bunded or internally bunded.
Salt saturators are used on sites where part of the treatment requires softened water.
This is generally to prevent the main treatment chemical from precipitating out of solution and blocking dosing pipes.
Salt saturators normally have a layer of gravel on the bottom, PDV salt is filled on top of this and a constant head of service water is applied to fill the remainder of the tank. This results in a brine solution discharged from the bottom of the tank to whichever application it is used for.
These tanks are normally supplied with dust arrestors, which prevent clouds of powdered salt being emitted during deliveries.
TW wish to award this lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW Asset Standards.
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: 1 900 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The initial term will be for 3 years with options to extend up to maximum term of 8 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.
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.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
As detailed in the PQQ.
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.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
As detailed in the PQQ documentation.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
Specified in the ITN document.
III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
Consortia may be required to form a legal entity prior to award.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As stated in the invitation to negotiation document.
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
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 9
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
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:
17/11/2020
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 9 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
Between 3 and 8 years.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e. https://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
21/10/2020