Construction Tenders

Wed May 15 2024

Related Information

Construction Contract Leads

South East

Category Works

Type

No. of Lots 4

Status Active

Published 20th Jun 2023

Tender Details
Referenceocds-h6vhtk-03aea4
Common Procurement VocabularyWastewater-plant repair and maintenance work
Procurement MethodNegotiated procedure with prior call for competition
Value£466,000,000
More Tenders »

South East

Category Works

Type

No. of Lots 4

Status Active

Published 20th Jun 2023

Tender Details
Referenceocds-h6vhtk-03aea4
Common Procurement VocabularyWastewater-plant repair and maintenance work
Procurement MethodNegotiated procedure with prior call for competition
Value£466,000,000

Section I: Contracting entity

I.1) Name and addresses

Southern Water Services Ltd.

Southern House

Durrington

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://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_4405 - AMP 8 - Wastewater Network Services Contract

II.1.2) Main CPV code

  • 45259100 - Wastewater-plant repair and maintenance 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.

To support this process, SWS is seeking to appoint Network Services providers to assist in the maintenance and management of its clean and wastewater networks, including but not limited to:

• Reactive operate, repair and maintenance services (including reinstatements)

• Planned preventative and inspection services

• Planned new services/connections for Water Supply & Distribution Network

A collaborative contract will be established with network service provider(s) for the following four lots:

a. Operate & Maintenance

b. Lining

c. Civils & Rehab

d. Manhole maintenance

The Service Provider(s) will be required to support the utilisation of our industry leading digitized smart network - we have over 23,000 sensors installed into our sewer network, plus nearly 1,000 Duration Monitors which help us move to proactively generated work, not reactive work initiated by customers.

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

The Partner 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 Wastewater systems. In responding to this tender, you are confirming you are able to undertake the full suite of services set-out in the Term Service Contract and associated schedules.

II.1.5) Estimated total value

Value excluding VAT: £466,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

There are no limitations to being awarded both lots. It is intended to have up to 4 Contractors appointed. A tenderer can bid on as many lots as they desire but only 1 supplier will be awarded a place per lot.

II.2) Description

II.2.1) Title

Lot 1 - Operate & Maintain

Lot No

1

II.2.2) Additional CPV code(s)

  • 45232431 - Wastewater pumping station
  • 45252127 - Wastewater treatment plant construction work
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50511000 - Repair and maintenance services of pumps

II.2.3) Place of performance

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

Southern Water's wastewater network in Sussex, Hampshire and Kent

II.2.4) Description of the procurement

Comprising work associated with the first response to, and the investigation of sewerage related Customer contacts, the operation and maintenance of sewer collection networks, sewer CCTV, cleansing Services, maintenance of sewer level monitors and installation of patch sewer liners.

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: £272,000,000

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

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) Description

II.2.1) Title

Lot 2 - Civils & Rehab (incl IOW Manhole Covers)

Lot No

2

II.2.2) Additional CPV code(s)

  • 45232431 - Wastewater pumping station
  • 45252127 - Wastewater treatment plant construction work
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50511000 - Repair and maintenance services of pumps
  • 71800000 - Consulting services for water-supply and waste consultancy

II.2.3) Place of performance

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

Southern Water's wastewater network in Sussex, Hampshire and Kent.

II.2.4) Description of the procurement

The provision of new and the rehabilitation of existing sewer collection including the repair and replacement of manholes for the Isle of Wight and throughout the clients operational networks throughout the Client’s operational boundaries primarily covering the counties of Kent, Sussex, Hampshire and Isle of Wight.

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: £120,000,000

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

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) Description

II.2.1) Title

Lot 3 - Manhole Covers (exc IOW)

Lot No

3

II.2.2) Additional CPV code(s)

  • 45232431 - Wastewater pumping station
  • 45252127 - Wastewater treatment plant construction work
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50511000 - Repair and maintenance services of pumps
  • 71800000 - Consulting services for water-supply and waste consultancy

II.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

II.2.4) Description of the procurement

This comprises the repair and replacement of manholes on the sewer collection networks throughout the Client’s operational boundaries primarily covering the counties of Kent, Sussex, Hampshire but excluding the Isle of Wight.

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: £26,000,000

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

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) Description

II.2.1) Title

Lot 4 - Lining

Lot No

4

II.2.2) Additional CPV code(s)

  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 71800000 - Consulting services for water-supply and waste consultancy

II.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

II.2.4) Description of the procurement

This comprises the rehabilitation of sewer networks using a variety of Sewer Lining techniques throughout the Client’s operational boundaries primarily covering the counties of Kent, Sussex, Hampshire and Isle of Wight.

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: £48,000,000

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

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


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. The Creditsafe value for each lot is specified within the IITT document.

Where a contract 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.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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. Sub-criteria applies to the technical evaluation, as specified within the IITT document.

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 several operators

Envisaged maximum number of participants to the framework agreement: 4

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

Contract 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 (estimated total value is £466M including £175M for the extension).

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:

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;

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=

Lot 1 https://southernwater.bravosolution.co.uk/go/643135160188D87B839B

Lot 2 https://southernwater.bravosolution.co.uk/go/501710470188D87D97F0

Lot 3 https://southernwater.bravosolution.co.uk/go/103078670188D87F126C

Lot 4 https://southernwater.bravosolution.co.uk/go/244364850188D8810EF4

CLOSING DATE FOR PQQ IS 28/07/2023

VI.4) Procedures for review

VI.4.1) Review body

Southern Water Services

Durrington

Country

United Kingdom