Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

South East

Category Works

Type

No. of Lots 1

Status Active

Published 20th Jun 2023

Tender Details
Referenceocds-h6vhtk-03aea4
Common Procurement VocabularyWater-main refurbishment construction work
Procurement MethodNegotiated procedure with prior call for competition
Value£400,000,000
More Tenders »

South East

Category Works

Type

No. of Lots 1

Status Active

Published 20th Jun 2023

Tender Details
Referenceocds-h6vhtk-03aea4
Common Procurement VocabularyWater-main refurbishment construction work
Procurement MethodNegotiated procedure with prior call for competition
Value£400,000,000

Section I: Contracting entity

I.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Contact

Simon Logan

Email

simon.logan [at] southernwater.co.uk

Telephone

+44 1903264444

Country

United Kingdom

NUTS code

UKJ - South East (England)

National registration number

02366670

Internet address(es)

Main address

https://www.southernwater.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://southernwater.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://southernwater.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

prj_4008 - AMP 8 Frameworks - Water Network Services Framework

II.1.2) Main CPV code

  • 45232151 - Water-main refurbishment construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers.

SWS is also developing new approaches to how it manages and maintains its clean and wastewater networks, and how it successfully implements new technology and innovation within its construction, operations and maintenance activities to deliver its vision and ambition.

The objective of this tender is to select suppliers to create a new collaborative framework to deliver reactive and planned services for Water Networks and Developer Services activities across Southern Water’s operational region.

The supplier shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water systems.

II.1.5) Estimated total value

Value excluding VAT: £400,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 44161400 - Underwater pipeline
  • 44162500 - Drinking-water piping
  • 45232150 - Works related to water-distribution pipelines
  • 45232151 - Water-main refurbishment construction work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50411100 - Repair and maintenance services of water meters
  • 50511000 - Repair and maintenance services of pumps
  • 65100000 - Water distribution and related services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90713100 - Consulting services for water-supply and waste-water other than for construction

II.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water Network in Sussex, Hampshire and Kent

II.2.4) Description of the procurement

The Contractor shall work with the client to provide the following set of Core Services, to be provided 24 hour / 7 days a week / 365 days a year basis, and those which are to be Called Off as Task Orders. The majority of work will be carried out through Task Orders, but the client may choose to request works/services beyond those detailed in Section 3.1 via Service Briefs, this may be on the basis on complexity, cost or other reasons that the client may determine. Both Task Orders and Service Briefs will be raised on Southern Water corporate systems and be issued digitally, via a digital work management system, to the contractor. The core services are the following:

• The planning, supervision, provision, and management, of all people, equipment,

plant and materials necessary to complete the services; and

• The planning, issuing and management of all activities required to complete the

services under the New Roads & Street Works Act and Traffic Management Act;

and

• The procurement, management, storage and delivery of all Equipment and, Plant

and Materials necessary to complete the services; and

• The provision of data and information return throughout the delivery of services,

as defined in the ‘Data and Reporting’ specification and in accordance with the

Southern Water Asset Management System; and

• The provision of all planning and scheduling of Task Orders and Service Briefs

to complete the services within the specified timescales; and

• The contractor shall complete all services using a Southern Water approved

digital work management system / asset management system; and

• The provision of an estimating service together with associated outline solution

design which will be called upon by the client on an ad-hoc basis through the

issue of a Service Brief; and

• The provision of liaison services to coordinate between Southern Water and

Third Parties necessary to undertake the services

• The provision of subsidiary services, supplies, and equipment necessary to

undertake the services listed above.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £400,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

3 x 1 year options to extend the contract after year 5

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Tenderers must pass the the essential criteria to qualify for ITT as detailed in the

procurement documents. Candidates will then be shortlisted on best technical score. It is intended to take up to 6 highest scoring Tenderers from the PQQ stage through to ITT stage.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The overall value of £400m detailed in the Contract Notice and the Bravo Portal

comprises: (a) £250m for the initial 5 year term; and (b)the framework has the potential to be extended by a further 3 years estimated at £150m but subject to final determination from PR24 and agreed investment.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

Southern Water is required by its investors to ensure that any key supplier has good economic and financial standing. A CreditSafe check will be used for this purpose, together with other background checks if needed, at the discretion of the Client. A Tenderer may be rejected if the recommended annual contract value for their company on CreditSafe is below the proposed annual value of the contract. The

annual value of the contract is calculated by dividing the estimated total value by the initial period.

Where a framework is tendered, the annual value would also be divided by the number of Service Providers expected to be appointed; this would not always be an equal division, as different lots may have different values. If a bidder fails this test, and only publishes abridged accounts, Southern Water may allow the bidder to proceed. This would be on the basis of providing turnover data that satisfies

the annual contract value accounting for less than a half of their annual turnover; and do not have an adverse risk score on CreditSafe. Alternatively, a Parent Company Guarantee or bank Guarantee may be accepted, however it would need to fulfil the above.

Minimum level(s) of standards possibly required

Qualification requirements are detailed within the sourcing portal including: Southern Water will use the Achilles Utilities Vendor Database (UVDB) to provide confirmation of certain capabilities and standards – including Health and Safety, Environmental and Corporate Social Responsibility. Further information on the UVDB is available at https://www.achilles.com/community/uvdb/

III.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Tenderers’ response to the PQQ will be scored in the order as outlined in the sourcing portal, with those sections marked as Pass/Fail where the Tenderer will either meet or fail to meet the minimum criteria.

All prospective Tenderers are required to pass each question within the SWS PQQ response forms.

A full response to Qualification Envelope is required, except where indicated. Failure to respond fully to any required question in this section or not being able to meet the minimum requirement will result in the submission being non-compliant and being excluded from the process, except where the SWS Commercial Head determines that a genuine error has been made, and a correction may then be permitted.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Consortium proposed legal structure if the group of economic operators intends to form a named single legal entity prior to signing a contract, if awarded. If you do not propose to form a single legal entity, please explain the legal structure. Southern Water may require the consortium to assume a specific legal form if awarded the contract, to the extent that it is necessary for the satisfactory performance of the

contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents aligned with SWS balanced scorecard.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-006555

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2023

Local time

4:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 October 2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Framework will not exceed 8 years

Initial term AMP 7 and 8 is 5 Years

Extension term up to 3 years x 1 year extension options (estimation only £150M)

Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the Jaggaer One e-procurement portal at:

https://southernwater.bravosolution.co.uk/

Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information through the portal as follows:

i) Candidates should register on the Jaggaer One e-procurement portal at:

https://southernwater.bravosolution.co.uk/ ii) Once registered, candidates must express their interest as follows:

a) login to the portal;

b) select ‘View current opportunities and notices’;

c) access the listing related to this framework

d) click on Express Interest button;

e) Once you have expressed interest, please complete the PQQ. You must then

publish your reply using the publish button.

For any support in submitting your expression of interest please contact the eTendering help desk at 0800 368 4850 or help [at] bravosolution.co.uk

https://southernwater.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=

https://southernwater.bravosolution.co.uk/go/286701280188D86DCBAD

CLOSING DATE FOR PQQ IS 28/07/2023

VI.4) Procedures for review

VI.4.1) Review body

Southern Water

Durrington

Country

United Kingdom