Section one: Contracting entity
one.1) Name and addresses
Portsmouth Water
Portsmouth
Country
United Kingdom
Region code
UKJ31 - Portsmouth
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://portsmouthwater.app.jaggaer.com/go/08130277019505838F04
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/08130277019505838F04
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
Hermitage Stream Catchment Restoration Framework Agreement
two.1.2) Main CPV code
- 45246000 - River regulation and flood control works
two.1.3) Type of contract
Works
two.1.4) Short description
Portsmouth Water is seeking contractors to undertake improvement measures to watercourses and habitats in the Hermitage Stream Catchment affected by the new Havant Thicket Reservoir Project. The procurement is for a multi-supplier framework agreement for works. Suppliers should be able to demonstrate design and build capability based on broadly similar projects for undertaking improvement measures to watercourses and habitat. The scope of works entails civils and environmental improvement measures. Further information about the scope of the works and the procurement process will be provided to suppliers responding to this Contract Notice.
two.1.5) Estimated total value
Value excluding VAT: £7,295,044
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
- 45112360 - Land rehabilitation work
- 45112400 - Excavating work
- 45112500 - Earthmoving work
- 45112700 - Landscaping work
- 45232451 - Drainage and surface works
- 45240000 - Construction work for water projects
- 45246100 - River-wall construction
- 45246200 - Riverbank protection works
- 45247100 - Construction work for waterways
- 45262640 - Environmental improvement works
- 71240000 - Architectural, engineering and planning services
- 71242000 - Project and design preparation, estimation of costs
- 71248000 - Supervision of project and documentation
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322400 - Dam-design services
- 71541000 - Construction project management services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 77300000 - Horticultural services
- 77310000 - Planting and maintenance services of green areas
- 77340000 - Tree pruning and hedge trimming
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Portsmouth Water intends to proceed by procuring a framework agreement to enable mini-competitions for the detailed design and construction of works as required. There will be a two stage selection process. A pre-qualification stage will select 4 suppliers to submit their tenders for a specified package of works. The highest scoring supplier will be awarded the first call-off contract and the top 3 bidders appointed to the framework agreement. Further works will be awarded on the basis of a mini-competition under the terms of the framework agreement. On different reaches of watercourses within the wider catchment of the Hermitage Stream a combination of detailed design, civil engineering and environmental measures will be required such as:
- removal of concrete bed and banks;
- replacements of headwalls;
- reprofiling bed and banks;
- redistribution of bed material;
- erosion protection measures;
- new channel creation and backwater features;
- removal of trees and coppicing;
- replanting;
- addition of wood into channels;
- pond creation;
- localised bank excavation and reprofiling;
- flood plain excavation; and
- removal of existing bank protection.
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: £7,295,044
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
A contingency for additional works, which are not currently defined, is included within the estimated value of the works.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
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. Sub-contractor collateral warranties and other forms of security will be required as appropriate. 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
This 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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
N/A.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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: 3
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: 2024/S 000-029323
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 April 2025
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: 12 (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. A total of 4 Applicants will be shortlisted from the first stage, i.e. pre-qualification, and will be invited to submit a 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. Further information about the procurement process will be provided in a pre-qualification pack provided to all suppliers responding to this Contract Notice.
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 4 Applicants to invite to tender.
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 the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before the Agreement 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 Framework Agreement 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 Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement 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 2079476000
Country
United Kingdom