Opportunity

Southern Water Non Infra Framework

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice reference: 2022/S 000-009772

Published 12 April 2022, 3:41pm



Section one: Contracting entity

one.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Email

Kirsty.Lodge@southernwater.co.uk

Telephone

+44 1903264444

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.southernwater.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://southernwater.bravosolution.co.uk

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Southern Water Non Infra Framework

Reference number

prj_2433

two.1.2) Main CPV code

  • 45232430 - Water-treatment work

two.1.3) Type of contract

Works

two.1.4) Short description

To provide Multi source Framework to deliver: Individual projects and programmes of work.

The framework is anticipated to deliver:

Services across Southern Water’s geographical region including IOW.

Works on both Water and Waste Water sites.

Individual projects and programmes of work will range from £100,000 to £10m+ (most in the middle of this range).

There is no upper threshold for the value of projects and programmes which may be awarded through the framework.

The works may include but not be limited to the following:

Pre-Construction survey and investigation, Design, Civils, Process, Mechanical, Electrical, controls and instrumentation projects.

Capital asset maintenance schemes.

Support and delivery of emerging needs which may include new build installations.

Environmental improvement programmes.

New build and planned asset improvements to pumping stations

Mechanical, Electrical and Control works

Security (SEMD) works

Water, waste water and sludge process improvement works

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Entire SWS Region

Lot 2 - East

Lot 3 - West inc IOW

Lot 4 - IOW

Lot 1 up to 6 framework places minimum of 2

Lot 2, 3 and 4 awarded depending upon bids received and interest in geographical lotting.

Lot 2 - if applicable will be 1 -3 framework places

Lot 3 - if applicable will be 1 -3 framework places

Lot 4 - if applicable will be 0 -2 framework places

two.2) Description

two.2.1) Title

SWS Entire Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 45232421 - Sewage treatment works
  • 45232422 - Sludge-treatment works
  • 45232423 - Sewage pumping stations construction work
  • 45232430 - Water-treatment work
  • 45232431 - Wastewater pumping station
  • 45252120 - Water-treatment plant construction work
  • 45252127 - Wastewater treatment plant construction work
  • 45259100 - Wastewater-plant repair and maintenance work

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Kent, Sussex and Hampshire

two.2.4) Description of the procurement

Pre-Construction survey and investigation, Design, Civils, Process, Mechanical, Electrical, controls and

instrumentation projects.

Capital asset maintenance schemes.

Support and delivery of emerging needs which may include new build installations.

Environmental improvement programmes.

New build and planned asset improvements to pumping stations

Mechanical, Electrical and Control works

Security (SEMD) works

Water, waste water and sludge process improvement works

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: £100,000,000

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

Duration in months

39

This contract is subject to renewal

Yes

Description of renewals

Initial term is remainder of AMP 7 and 1st year of AMP 8 - 39 months

Extension periods available on this framework are up to 57 months, extension periods likely to be agreed annually after the initial term

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

Envisaged minimum number: 4

Maximum number: 15

Objective criteria for choosing the limited number of candidates:

The envisaged minimum number and maximum numbers relate to all 4 lots. Qualification of PQQ then candidates will be shortlisted on best technical score.

It is intended to take up to 15 highest scoring Tenderers from the PQQ stage

through to ITT. There will be a single PQQ that will qualify suppliers into the ITT

stage. Service Providers must indicated in the PQQ all Lots they are bidding on, if

you are successfully shortlisted at PQQ you must submit a response to the ITT for

each lot bidding on.

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

two.2.14) Additional information

The value of the framework initial term is £250,000,000 the lot value are estimated only as projects will be awarded in accordance with the criteria and may not be spread evenly across the Lots.

The remainder of the framework 57 months is estimated at £400M however SWS can not determine until funding into AMP 8 is confirmed.

two.2) Description

two.2.1) Title

SWS East Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 45232421 - Sewage treatment works
  • 45232422 - Sludge-treatment works
  • 45232423 - Sewage pumping stations construction work
  • 45232430 - Water-treatment work
  • 45232431 - Wastewater pumping station
  • 45252120 - Water-treatment plant construction work
  • 45252127 - Wastewater treatment plant construction work

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

East Sussex & Kent

two.2.4) Description of the procurement

Pre -Construction survey and investigation, Design, Civils, Process, Mechanical, Electrical, controls and

instrumentation projects.

Capital asset maintenance schemes.

Support and delivery of emerging needs which may include new build installations.

Environmental improvement programmes.

New build and planned asset improvements to pumping stations

Mechanical, Electrical and Control works

Security (SEMD) works

Water, waste water and sludge process improvement works

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: £65,000,000

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

Duration in months

39

This contract is subject to renewal

Yes

Description of renewals

Initial term is remainder of AMP 7 and 1st year of AMP 8 - 39 months

Extension periods available on this framework are up to 57 months, extension periods likely to be agreed annually after the initial term

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

Envisaged minimum number: 4

Maximum number: 15

Objective criteria for choosing the limited number of candidates:

The envisaged minimum number and maximum numbers relate to all 4 lots. Qualification of PQQ then candidates will be shortlisted on best technical score.

It is intended to take up to 15 highest scoring Tenderers from the PQQ stage

through to ITT. There will be a single PQQ that will qualify suppliers into the ITT

stage. Service Providers must indicated in the PQQ all Lots they are bidding on, if

you are successfully shortlisted at PQQ you must submit a response to the ITT for

each lot bidding on.

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

two.2.14) Additional information

The value of the framework initial term is £250,000,000 the lot value are estimated only as projects will be awarded in accordance with the criteria and may not be spread evenly across the Lots.

The remainder of the framework 57 months is estimated at £400M however SWS can not determine until funding into AMP 8 is confirmed.

two.2) Description

two.2.1) Title

SWS West Region (inc IOW)

Lot No

3

two.2.2) Additional CPV code(s)

  • 45232421 - Sewage treatment works
  • 45232422 - Sludge-treatment works
  • 45232423 - Sewage pumping stations construction work
  • 45232431 - Wastewater pumping station
  • 45252120 - Water-treatment plant construction work
  • 45252127 - Wastewater treatment plant construction work
  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

West Sussex, Hampshire and IOW

two.2.4) Description of the procurement

Pre -Construction survey and investigation, Design, Civils, Process, Mechanical, Electrical, controls and

instrumentation projects.

Capital asset maintenance schemes.

Support and delivery of emerging needs which may include new build installations.

Environmental improvement programmes.

New build and planned asset improvements to pumping stations

Mechanical, Electrical and Control works

Security (SEMD) works

Water, waste water and sludge process improvement works

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: £85,000,000

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

Duration in months

39

This contract is subject to renewal

Yes

Description of renewals

Initial term is remainder of AMP 7 and 1st year of AMP 8 - 39 months

Extension periods available on this framework are up to 57 months, extension periods likely to be agreed annually after the initial term

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

Envisaged minimum number: 4

Maximum number: 15

Objective criteria for choosing the limited number of candidates:

OThe envisaged minimum number and maximum numbers relate to all 4 lots. Qualification of PQQ then candidates will be shortlisted on best technical score.

It is intended to take up to 15 highest scoring Tenderers from the PQQ stage

through to ITT. There will be a single PQQ that will qualify suppliers into the ITT

stage. Service Providers must indicated in the PQQ all Lots they are bidding on, if

you are successfully shortlisted at PQQ you must submit a response to the ITT for

each lot bidding on.

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

two.2.14) Additional information

The value of the framework initial term is £250,000,000 the lot value are estimated only as projects will be awarded in accordance with the criteria and may not be spread evenly across the Lots.

The remainder of the framework 57 months is estimated at £400M however SWS can not determine until funding into AMP 8 is confirmed.

two.2) Description

two.2.1) Title

SWS Isle of Wight

Lot No

4

two.2.2) Additional CPV code(s)

  • 45232421 - Sewage treatment works
  • 45232422 - Sludge-treatment works
  • 45232423 - Sewage pumping stations construction work
  • 45232430 - Water-treatment work
  • 45232431 - Wastewater pumping station
  • 45252120 - Water-treatment plant construction work
  • 45252127 - Wastewater treatment plant construction work
  • 45259100 - Wastewater-plant repair and maintenance work
  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

IOW

two.2.4) Description of the procurement

Pre-Construction survey and investigation, Design, Civils, Process, Mechanical, Electrical, controls and

instrumentation projects.

Capital asset maintenance schemes.

Support and delivery of emerging needs which may include new build installations.

Environmental improvement programmes.

New build and planned asset improvements to pumping stations

Mechanical, Electrical and Control works

Security (SEMD) works

Water, waste water and sludge process improvement works

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: £15,000,000

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

Duration in months

39

This contract is subject to renewal

Yes

Description of renewals

Initial term is remainder of AMP 7 and 1st year of AMP 8 - 39 months

Extension periods available on this framework are up to 57 months, extension periods likely to be agreed annually after the initial term

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

Envisaged minimum number: 4

Maximum number: 15

Objective criteria for choosing the limited number of candidates:

The envisaged minimum number and maximum numbers relate to all 4 lots. Qualification of PQQ then candidates will be shortlisted on best technical score.

It is intended to take up to 15 highest scoring Tenderers from the PQQ stage

through to ITT. There will be a single PQQ that will qualify suppliers into the ITT

stage. Service Providers must indicated in the PQQ all Lots they are bidding on, if

you are successfully shortlisted at PQQ you must submit a response to the ITT for

each lot bidding on.

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

two.2.14) Additional information

The value of the framework initial term is £250,000,000 the lot value are estimated only as projects will be awarded in accordance with the criteria and may not be spread evenly across the Lots.

The remainder of the framework 57 months is estimated at £400M however SWS can not determine until funding into AMP 8 is confirmed.


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

As described 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

There will be a single PQQ that will qualify suppliers into the ITT stage. Service Providers must indicated in the PQQ all Lots they are bidding on, if you are successfully shortlisted at PQQ you must submit a response to the ITT for each lot bidding on.

Each Lot evaluated against MEAT as described in the Procurement Documents

three.1.6) Deposits and guarantees required

PCG maybe required against financial standing assesments

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

The successful partners, whether being a single contractor, prime contractor (which may be an existing company or special purpose vehicle) or consortium, will be required to be a single legal entity

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As described in the Procurement documents


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: 7

In the case of framework agreements, provide justification for any duration exceeding 8 years:

Framework will not exceed 8 years

Initial term AMP 7 and 1st year AMP 8 - 3.25 years (excepted spend £250M)

Extension term AMP 8 up to 4.75 years with extension periods (estimation only £400M)

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-030888

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

Date

12 May 2022

Local time

5:00pm

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

23 June 2022

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Framework will not exceed 8 years

Initial term 3.25 years (excepted spend £250M)

Extension term up to 4.75 years (estimation only £400M)

Submission of expression of interest and procurement specific information: This procurement exercise

will be conducted on the BravoSolution e-procurement portal at:

https://southernwater.bravosolution.co.uk/ Candidates wishing to be considered for this contract must

register their expression of interest and provide additional procurement specific information through the

portal as follows: i) Candidates should register on the BravoSolution e-procurement portal at:

https://southernwater.bravosolution.co.uk/ ii) Once registered, candidates must express their interest as

follows: a) login to the portal; b) select ‘View current opportunities and notices’; c) access the listing

related to this framework d) click on Express Interest

button; iii) Once you have expressed interest, please complete the PQQ. You must then publish your

reply using the publish button; iv) For any support in submitting your expression of interest please

contact the eTendering help desk at. 0800 368 4850 or help@bravosolution.co.uk

CLOSING DATE FOR PQQ IS 12/05/2022

six.4) Procedures for review

six.4.1) Review body

southern Water Services

Worthing

Country

United Kingdom

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

Southern Water Services

Worthing

Country

United Kingdom