Opportunity

Havant Thicket Reservoir Project - Main Reservoir Works (MRW+)

  • Portsmouth Water

F05: Contract notice – utilities

Notice reference: 2021/S 000-000071

Published 4 January 2021, 11:08pm



Section one: Contracting entity

one.1) Name and addresses

Portsmouth Water

PO Box 8, West Street

Havant

PO9 1LG

Email

HTRprocurement@portsmouthwater.co.uk

Country

United Kingdom

NUTS code

UKJ31 - Portsmouth

Internet address(es)

Main address

www.portsmouthwater.co.uk

Buyer's address

http://www.portsmouthwater.co.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://portsmouthwater.app.jaggaer.com/esop/toolkit/opportunity/opportunityDetail.do?opportunityId=50168&oppList=CURRENT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://portsmouthwater.app.jaggaer.com/go/334489850175DB21B68F

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Havant Thicket Reservoir Project - Main Reservoir Works (MRW+)

two.1.2) Main CPV code

  • 45240000 - Construction work for water projects

two.1.3) Type of contract

Works

two.1.4) Short description

This represents a flagship project to construct the first new strategic water resource, and corresponding pipeline, in the South East for decades. Construction work is anticipated to start on the Havant Thicket Reservoir Project (the "Project") in 2024, for completion by 2029. The Project is socially, economically and environmentally significant. It is the product of collaborative regional water planning particularly between Portsmouth Water and Southern Water, and forms a key step in increasing water resilience in the South East.

This Contract Notice relates to the appointment of the main works contractor for main reservoir works and additional elements ("Main Reservoir Works (MRW+) Contract" or the "Contract"), as further described at Section II.2.4). The main works pipeline contract and framework agreement under the Project are the subject of a separate contract notice being published at or around the same time as this Contract Notice.

two.1.5) Estimated total value

Value excluding VAT: £88,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111200 - Site preparation and clearance work
  • 45111240 - Ground-drainage work
  • 45112000 - Excavating and earthmoving work
  • 45112200 - Soil-stripping work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112600 - Cut and fill
  • 45113000 - Siteworks
  • 45212312 - Exhibition centre construction work
  • 45252120 - Water-treatment plant construction work
  • 45252126 - Drinking-water treatment plant construction work
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71322400 - Dam-design services
  • 71334000 - Mechanical and electrical engineering services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71631460 - Dam-inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

The MRW+ Contract encompasses design and construction of the Havant Thicket Reservoir, as well as all other construction works and services related to the Project (excluding pipeline construction), as more fully described within the procurement documentation and which are expected in summary to be as follows:

Reservoir:

- Access Roads

- 3km embankment

- 22m high embankment

- 8,700 Ml storage

- Wetland creation

- Control House

Pumps:

- Reconfigure with new Pumps

- New 24 Ml/d pumping station

Modifications to the exiting raw water mains running between Bedhampton pumping station and Farlington water treatment works

Mechanical, electrical, instrumentation, control and Automation (MEICA) services

Treatment process (25ml/d) at water treatment works

Optional (but not guaranteed) scope for the design and construction of a visitor centre and recreational facilities adjacent to Havant Thicket Reservoir.

The Contract will include principal design integration responsibility meaning that the Principal Designer Contract (awarded to Atkins Limited) will be novated from Portsmouth Water to the MRW Contractor, who will be required to accept the novation, but may choose the extent to which it uses Atkins or an alternative designer.

The Contract outturn value is estimated to be £88.4m (note: the values provided in this notice reflect projected outturn costs at the end of the construction periods, and are not guaranteed minimum or maximum contract values), comprising the following estimated values:

I. The Reservoir - £63.46m

ii. The Farlington WTW - £10.71m

iii. The Bedhampton Pumping Station works - £5.17m

iv. The Visitor Centre and Recreational Facilities (Optional Scope) - £8.96m

The New Engineering Contract, fourth edition (NEC4) Engineering and Construction Contract (ECC) Option C (Target Cost with Activity Schedule) is the proposed form of contract for the Contract.

The most economically advantageous Tenderer as defined in the Invitation to Tender (ITT) will be awarded the Contract.

It is envisaged that the Contract will commence in 2022. Portsmouth Water reserves the right to terminate the Contract at any time in accordance with the provisions for termination set out in the Contract. The dates stated in II.2.7) are approximate and are subject to change. Except as expressly set out within the procurement documentation, Applicants and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice and any Pre-Qualification Questionnaire (PQQ) and with submitting any tender, howsoever incurred.

Portsmouth Water intends to make provision in the ITT and the Contract for a clear and unequivocal variation mechanism allowing it, following Contract award, to vary elements of the Contract. The mechanism with which Portsmouth Water may undertake such variation(s) will be stated in documentation to be made available to Tenderers at ITT stage.

Organisations should be aware that due to the nature of the works, any contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek legal advice on the implications of this prior to submitting their tenders, where appropriate.

Please note that the organisations wishing to participate in this procurement are required to first agree to the confidentiality agreement accessed through the above link, in order to be given access to the full set of procurement documents.

Any questions relating to this procurement must be made by email to HTRprocurement@portsmouthwater.co.uk.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £88,400,000

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

Duration in months

75

This contract is subject to renewal

No

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

Envisaged minimum number: 4

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.6) Deposits and guarantees required

Portsmouth Water reserves the right to require parent companies to provide guarantees in support of a subsidiary. Collateral warranties and other forms of security will be required as appropriate (for example, performance bond and bonds in relation to advance payment for long lead items). Further details and requirements will be provided in procurement documentation.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

The payment mechanism and performance standards applicable to the Contract will be described in the Invitation to Tender.

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

Portsmouth Water will accept expressions of interest and Tenders from single entities or consortia. Consortia are not required to form a single legal entity. Portsmouth Water will consider contracting with a consortium, providing always that the participants assume joint and several liability for all of the obligations of the consortium under the Contract. Further details and requirements will be provided in the procurement documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 034-081833

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

Date

15 February 2021

Local time

12:00pm

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

4 May 2021

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

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

This procurement process uses the negotiated procedure with prior call for competition (Utilities Contracts Regulations Reg. 47), and is being conducted in successive stages. and Accordingly, only those organisations which are successful and shortlisted from the first stage, i.e. pre-qualification, will be invited to submit an initial tender. Interested organisations must complete and submit a completed Pre-Qualification Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline.

Other than the Pre-Qualification Pack and Pre-Qualification Questionnaire, the procurement documents published at the date of this Notice are in outline form, and Portsmouth Water reserves the right to amend, augment and supplement any document.

Portsmouth Water reserves the right at any time to cease the procurement process and not award any contract or to award only part of the opportunities described in this Notice. If Portsmouth Water takes up this right, then it will not be responsible for or required to pay the expenses or losses, which may be incurred by any organisation or Tenderer resulting therefrom. Except for the Contract(if any), concluded with the successful Tenderer, nothing in the procurement process shall create a contract, whether express or implied, between Portsmouth Water and any Applicant or Tenderer.

Portsmouth Water intends to select approximately 4-5 Applicants to invite to tender. However, it reserves the right to select or negotiate with fewer if there are fewer suitable candidates or compliant bids, or more if necessary to ensure meaningful competition.

Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria specified in the ITT. It reserves the right at any time to close negotiations and award the Contract.

Portsmouth Water undertakes to hold confidential any information provided in the proposal submitted, subject to its obligations under the law including Environmental Information Regulations 2004 (EIR) and the retained EU law version of the General Data Protection Regulation ((EU) 2016/679). If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity, then this should be stated with the reason for considering it sensitive. Portsmouth Water will then endeavour to consult with the Applicant about such sensitive information when considering any request for information (e.g. under the EIR), before replying to such a request.

Portsmouth Water reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet its requirements and remain financially viable to fulfil the requirements under the proposed contracts.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Court of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting entity will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of each Contract or Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Utilities Contracts Regulations 2016 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting entity to amend any document and may award damages. If a Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.

six.4.4) Service from which information about the review procedure may be obtained

High Court

Royal Court of Justice, The Strand

London

WC2A 2LL

Telephone

+44 207476000

Country

United Kingdom