Awarded contract

Strategic Resource Options: Technical Partners (TP) Framework

  • THAMES WATER UTILITIES LIMITED

F06: Contract award notice – utilities

Notice reference: 2024/S 000-008626

Published 18 March 2024, 12:01pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

https://www.thameswater.co.uk/

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Strategic Resource Options: Technical Partners (TP) Framework

Reference number

FA2050

two.1.2) Main CPV code

  • 71800000 - Consulting services for water-supply and waste consultancy

two.1.3) Type of contract

Services

two.1.4) Short description

Thames Water Utilities Limited (TWUL) sought Technical Partners to support the delivery of its Strategic Resource Options Programme.

This is the first phase of a longer-term strategy to establish the professional services supply chain that TWUL needs to support its wider business.

TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST).

Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 65000000 - Public utilities
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 73220000 - Development consultancy services
  • 79400000 - Business and management consultancy and related services
  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK: United Kingdom.

two.2.4) Description of the procurement

Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Technical Partners (TP) Framework.

TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/

TWUL has established a TP framework reference FA2050 primarily to support its SRO program. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This procurement was for the TP Framework only and relates to Phase 1 of the strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice. The three consortia appointed to the framework are:

Ove Arup & Partners Ltd & Binnies UK Ltd (JV1)

AtkinsRealis UK Ltd & Stantec UK Limited (JV2)

Jacobs U.K. Limited & Mott MacDonald Limited (JV3)

The successful TP Consultants will interface with several other partners that are in the process of being procured separately to support the SRO Programme as it develops.

TWUL procured leading expertise within the key disciplines outlined below to accelerate the delivery of this high-profile programme.

The TP will need to demonstrate extensive experience in the development and support the delivery of large complex infrastructure schemes in the current UK planning environment. This includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting the delivery of large pipelines, reservoirs, water recycling and transfer facilities. Furthermore, the TP will need to provide technical expertise to manage all aspects of preliminary design and managing the pre application engagement with the Planning Inspectorate and develop/manage the planning application (likely to be a Development Consent Order (DCO)) including stakeholder engagement and all elements of the pre consultation and planning application processes. The TP framework agreement has been awarded under the NEC4 Professional Services Contract Option E with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E.

TWUL intends to award the first work package from the TP framework agreement immediately following the appointment of framework suppliers and are preparing for the tender launch shortly It is our intention that appointment as a technical partner to one or multiple SRO projects will be for the duration of that particular project. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Technical Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the Framework compete for the role of TP for a specific project via an initial mini competition and that subject to performance, capability and capacity, the successful party will be the technical partner for the duration of the particular project.

Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and operation of the resulting call off contract(s).

The duration of the TP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful TP at call-off will cover the development phase into the mobilisation of the future Delivery Partner(s) in the detailed design and construction phase.

The TP framework scope comprises, but is not limited to, the following high level service categories:

• General Technical Partner Support Services

• Engineering and Design Services

• Environmental Services

• Planning Services

• Land Services

• Engagement Services

• Project Management, Program, Risk and Cost Activities

• Consultation Response Analysis

• Events Management

TWUL reserves the right to procure any of the services listed above as separate contracts and/or frameworks as part of separate and independent procurements.

TWUL is working with several partners, including other water companies to develop and deliver the SROs. Furthermore, depending on the commercial and procurement strategies for delivery of these projects TWUL may transfer or novate the benefit and the burden of call-off contracts made under this Framework Agreement:

*To any funder, security trustee or security holder without the consent of the Consultant; and

*To any other person with the consent of the Consultant, such consent not to be unreasonably withheld or delayed;

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement shall come into force on the Commencement Date and shall (except as expressly provided otherwise in this Framework Agreement) continue in force for a period of 3 years (the "Initial Term"). TWUL shall be entitled, at its option to extend this Framework Agreement, on one or more occasions by giving not less than one month's notice to the Consultants prior to the expiry of the Initial Term or the expiry of any extension as the case may be, provided that the duration of this Framework Agreement shall not exceed a maximum duration of 8 years unless otherwise agreed in writing by the Parties and provided that eight (8) years shall only be exceeded in exceptional circumstances duly justified.


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

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: 2023/S 000-018606


Section five. Award of contract

Contract No

FA2050

Title

Technical Partner Consultancy Services to the SRO Programme

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 February 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Ltd (JV1)

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

1312453

The contractor is an SME

No

five.2.3) Name and address of the contractor

Binnies UK Ltd (JV1)

Surrey

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

3163649

The contractor is an SME

No


Section five. Award of contract

Contract No

FA2050

Title

Technical Partner Consultancy Services to the SRO Programme

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 February 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

AtkinsRealis UK Ltd (JV2)

Surrey

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

688424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Stantec UK Limited (JV2)

Surrey

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

01188070

The contractor is an SME

No


Section five. Award of contract

Contract No

FA2050

Title

Technical Partner Consultancy Services to the SRO Programme

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 February 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Jacobs U.K. Limited (JV3)

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

02594504

The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited (JV3)

Croydon

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

1243967

The contractor is an SME

No


Section six. Complementary information

six.3) Additional information

Note that the TP's client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

The Framework Agreement and associated call-off contracts will be governed by the Law of England and Wales.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Limited has undertaken a standstill period at the point that information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which was for a minimum of 10 calendar days, concluded successfully without any challenge.

The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).