Construction Contract Leads
South East
Category Services
Type Planning
No. of Lots 1
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04bca6 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £55,000,000 |
South East
Category Services
Type Planning
No. of Lots 1
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04bca6 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £55,000,000 |
Section I: Contracting entity
I.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
reece.atkin [at] southernwater.co.uk
Telephone
+44 1903264444
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.southernwater.co.uk/
Buyer's address
https://southernwater.bravosolution.co.uk/
I.3) Communication
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_5919 - Thames to Southern Transfer Strategic Resource Option
II.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
Southern Water needs to obtain approval to construct a ~85km pipeline plus associated treatment works and other infrastructure, to transfer drinking water from the Thames Water area to Southern Water's network in Hampshire.
We are seeking an external partner with multidisciplinary expertise developing and delivering designs for large complex infrastructure schemes including successfully navigating the Development Consent Order (DCO) process, planned for 2030.
We anticipate our Technical Partner will be contracted via a single supplier framework, which will provide support to SWS throughout the design phase and examination process. The successful bidder will be required to co-ordinate all works instructed under this proposed framework.
The successful bidder will complete the DCO application, including all surveys, environmental studies, "tender ready" outline design and then manage the DCO process to determination.
The successful bidder will be Principal Designer for the scheme and Principal Contractor for works which fall under the Construction Design and Management Regulations 2015 ("CDM") during the design phase.
II.1.5) Estimated total value
Value excluding VAT: £55,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71240000 - Architectural, engineering and planning services
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71322200 - Pipeline-design services
- 71351500 - Ground investigation services
- 71400000 - Urban planning and landscape architectural services
- 71510000 - Site-investigation services
- 71800000 - Consulting services for water-supply and waste consultancy
- 79112100 - Stakeholders representation services
II.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
II.2.4) Description of the procurement
Environmental Assessment: Conduct thorough assessments of the project's potential environmental impacts, including ecological surveys, archaeology surveys, air and water quality assessments, noise studies, impact mitigation measures, and all outputs necessary to input to Optioneering, EIA Scoping, PEIR, ES and related DCO application documentation.
Ground investigations: Planning, design and implementation of required ground investigations. This would include undertaking the Principal Contractor role.
DCO planning: Including all necessary planning and related consenting advice and co-ordination of DCO application process including pre-application, application and examination stages.
Engineering and Technical: Develop outline design and architectural plans, assess the project's technical feasibility, and provide expertise on engineering solutions and infrastructure requirements.Undertake duties as Principal Designer including development of construction and commissioning methodology.
Design for Procurement: Produce outline design for the scheme ready to be issued to prospective contractors bidding for the construction works.
Transportation Planning: Analyse the project's transportation needs, assess its impact on local traffic patterns, and develop strategies to minimise congestion and improve accessibility, including transportation assessments and traffic modelling.
Community Engagement and Stakeholder Management: Develop Community and Stakeholder Engagement plan and execute the plan by engaging with local communities, businesses, interest groups, and government agencies to gather feedback, address concerns, and build support for the DCO application. Create the consultation literature and website and manage the consultation events required for the DCO process.
Land Referencing and Land Access: Arrange access and accurately identify, describe, and map parcels of land and their associated rights. Record detailed information about land ownership, boundaries, use, and legal rights. Includes activities relating to optioneering, undertaking surveys, DCO application preparation and submission and securing voluntary agreements.
Project Management: Accountable for the planning, coordination, and execution of the DCO application process, ensuring that deadlines are met, resources are allocated effectively, and stakeholders (including RAPID*, and scheme partners) are kept informed throughout the process.
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: £55,000,000
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
Option to extend for 3 years.
II.2.10) Information about variants
Variants will be accepted: Yes
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate
Date
6 January 2025
Local time
4:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.5) Scheduled date for start of award procedures
27 May 2025
Section VI. Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Additional information can be obtained from our e-sourcing portal:
https://southernwater.bravosolution.co.uk/
It is free to register on the portal, which can be accessed at any time of day.
VI.4) Procedures for review
VI.4.1) Review body
Southern Water
Worthing
Country
United Kingdom