Opportunity

Southern Water Clean Water Network Optimisation

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice reference: 2022/S 000-012085

Published 10 May 2022, 9:38am



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 Clean Water Network Optimisation

Reference number

prj_2814

two.1.2) Main CPV code

  • 65130000 - Operation of water supplies

two.1.3) Type of contract

Services

two.1.4) Short description

The Clean Water directorate of Southern Water faces mounting pressure to improve performance in relation to a number of operational measures, most notably leakage. Projects commissioned as part of the Clean Water Network Optimisation programme must deliver significant identifiable benefits in both the current year (22/23 – Year 3 of AMP7) that can be consolidated for the remainder of AMP7.

TIn the EP22 annual leakage target we expect to report reduction in leakage for 10 to 15 Ml/d from Year 2 Year 3. As Year 3 is the baseline year for AMP8 funding, it is critically important for Southern Water to meet this target.

Some groundwork for delivering these benefits has been completed through Phase 1 of the Advanced Pressure Management project, mains replacement schemes, enhanced find and fix effort, and three projects undertaken by our incumbent partners.

Southern Water seeks to identify the best partner to take forward the next tranches of Clean Water Network Optimisation projects to continue to deliver benefits.

The benefits of the next tranche of Clean Water Optimisation projects are expected to be found in a number of areas such as:

Consolidated View of Leakage Operations

Smart Meter Data Integration & Continuous Flow Alarms

Performance of Leak Detection pinpointing

Trunk Main Burst Mitigation and Prevention

Data Validation and Consolidation of Reporting within Live Dashboard Environment

The new partner will be expected to provide:

• Demonstrable history of working with water companies and applying established and innovative approaches to challenges in the industry

• Combined experience in operational roles in water companies and consultancy experience providing advisory and implementation services

• Breadth to devise and implement technological as well as process, organisational and cultural solutions

• Ability to mobilise – at pace – a team with the capacity to deliver the scale of change needed to achieve our targets for AMP7 Year 3 and beyond

• Value for money in the proposed commercial arrangements, including rate card.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 65110000 - Water distribution
  • 73220000 - Development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Consultancy to provide benefits in the next tranche of Clean Water Optimisation projects are expected to be found in a number of areas such as:

Consolidated View of Leakage Operations

Smart Meter Data Integration & Continuous Flow Alarms

Performance of Leak Detection pinpointing

Trunk Main Burst Mitigation and Prevention

Data Validation and Consolidation of Reporting within Live Dashboard Environment

The new partner will be expected to provide:

• Demonstrable history of working with water companies and applying established and innovative approaches to challenges in the industry

• Combined experience in operational roles in water companies and consultancy experience providing advisory and implementation services

• Breadth to devise and implement technological as well as process, organisational and cultural solutions

• Ability to mobilise – at pace – a team with the capacity to deliver the scale of change needed to achieve our targets for AMP7 Year 3 and beyond

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: £2,500,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

2 x up to 1 year extensions available (Max 3 years)

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

Envisaged minimum number: 2

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Qualification of PQQ then candidates will be shortlisted on best technical score.

It is intended to take up to 4 highest scoring Tenderers from the PQQ stage

through to ITT.

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 initial term is £1,000,00 full 3 year is expected to be £2,500,000

The remainder of the contract final 2 years is estimated at £1.5M covering AMP 7 requirements.


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

Objective criteria for choosing the limited number of candidates:

Qualification of PQQ then candidates will be shortlisted on best technical score.

It is intended to take up to 4 highest scoring Tenderers from the PQQ stage

through to ITT.

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

As described in the Procurement documents

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.1.8) 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: 2022/S 000-006928

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

Date

9 June 2022

Local time

5:00pm

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

30 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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Initial term 1 year (excepted spend £1M)

Extension term up to2 years (estimation only £1.5M)

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 09/06/2022

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