Future opportunity

Water, Wastewater and Ancillary services (3)

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F01: Prior information notice (prior information only)

Notice reference: 2023/S 000-006064

Published 1 March 2023, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water, Wastewater and Ancillary services (3)

Reference number

RM6306

two.1.2) Main CPV code

  • 65100000 - Water distribution and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Water, wastewater and ancillary services] to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. [It is intended that this commercial agreement will be the recommended vehicle for all [water, wastewater and ancillary services required by UK Central Government Departments.] [insert description of commercial agreement]

OR

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of water, wastewater and ancillary services] for use by Central Government and UK public sector bodies.

● Provision of ancillary goods, works and services in addition to the provision of water and waste water supplies may also be required

● It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; new connections and site-works; metering; demand side management and innovations

● Delivering water conservation measures; Automatic Meter Reading; Water reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/ technology).

two.1.5) Estimated total value

Value excluding VAT: £2,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Water Wastewater

Lot No

1

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

● Provision of water and waste water supplies

two.2) Description

two.2.1) Title

Ancillary Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 09320000 - Steam, hot water and associated products
  • 24962000 - Water-treatment chemicals
  • 38421100 - Water meters
  • 39370000 - Water installations
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 44163140 - Steam and water pipes
  • 45330000 - Plumbing and sanitary works
  • 50411100 - Repair and maintenance services of water meters
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 65130000 - Operation of water supplies
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

● Provision of ancillary goods, works and services associated with Water

● It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; new connections and site-works; metering; demand side management and innovations

● Delivering water conservation measures; Automatic Meter Reading; Water reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/ technology).

two.2) Description

two.2.1) Title

Water Wastewater and Ancillary Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 09320000 - Steam, hot water and associated products
  • 24962000 - Water-treatment chemicals
  • 38421100 - Water meters
  • 39370000 - Water installations
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 44163140 - Steam and water pipes
  • 45330000 - Plumbing and sanitary works
  • 50411100 - Repair and maintenance services of water meters
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 65130000 - Operation of water supplies
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

● Provision of water and waste water supplies

● Provision of ancillary goods, works and services associated with Water

● It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; new connections and site-works; metering; demand side management and innovations

● Delivering water conservation measures; Automatic Meter Reading; Water reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/ technology).

two.3) Estimated date of publication of contract notice

29 December 2023


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This Prior Information Notice is to signal an intention to commence market engagement with those within the Water market.

Crown Commercial Service intends to hold market engagement sessions during January/February 2023 with suppliers interested in potentially bidding for the resulting framework contract[s]. If you are interested in attending a market engagement session please express your interest by emailing [RM6306@crowncommercial.gov.uk] no later than midday on 22/12/2022]. Further details will be provided to you.

Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Find A Tender Service for the publication of the contract notice.

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials [Plus] certified for the services under and in connection with the procurement.

[The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials [Plus] Scheme for services under and in connection with this procurement.]

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Schedule, “Security Requirement and Plan”, to meet [Framework Agreement] requirements. This will be released at the ITT stage.