Tender

AMP 8 Framework- Capital Infrastructure (LCDR)

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice identifier: 2023/S 000-012128

Procurement identifier (OCID): ocds-h6vhtk-03aea5

Published 27 April 2023, 1:52pm



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

Region code

UKJ - South East (England)

National registration number

02366670

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://southernwater.bravosolution.co.uk/

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

AMP 8 Framework- Capital Infrastructure (LCDR)

Reference number

prj_4065

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS now wishes to secure a range of supply chain partners for the delivery of its AMP8 capital programme. The AMP8 regulatory period will run from April 2025 to March 2030. The current frameworks used for engineering, design and construction services have been in place for almost 10 years and expire on 31st March 2025. In procuring new frameworks, we are seeking to build on positive changes made in AMP7, but also to look beyond AMP8 and take important steps to reflect supplier feedback, moving towards excellence in all that we do. The new arrangements will offer the option of running for AMP9.

In parallel to this procurement process, Southern Water is working up its plans for PR24 – including working with our regulators and stakeholders to confirm the investment that will be available, and the capital delivery projects that will need to be undertaken. The PR24 process will benefit from having the AMP8 supply chain in place to assist with ongoing planning and transition to AMP8.

A collaborative framework will be established to deliver low complexity infrastructure design and build schemes. The framework will have 2 lots one for water and wastewater.

A framework for Non-Infrastructure works has already been established for the remainder of AMP 7 and 8.

The Partner shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water and Wastewater systems.

two.1.5) Estimated total value

Value excluding VAT: £700,000,000

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: 2

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

There are no limitations to being awarded both lots. It is intended to have up to 6 Contractors appointed on the framework.

two.2) Description

two.2.1) Title

Capital Infrastructure Water

Lot No

1

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45222100 - Waste-treatment plant construction work
  • 45231300 - Construction work for water and sewage pipelines
  • 45232100 - Ancillary works for water pipelines
  • 45232130 - Storm-water piping construction work
  • 45232150 - Works related to water-distribution pipelines
  • 45232151 - Water-main refurbishment construction work
  • 45232152 - Pumping station construction work
  • 45232400 - Sewer construction work
  • 45232410 - Sewerage work
  • 45232411 - Foul-water piping construction work
  • 45232421 - Sewage treatment works
  • 45232430 - Water-treatment work
  • 45240000 - Construction work for water projects
  • 45252100 - Sewage-treatment plant construction work
  • 45252126 - Drinking-water treatment plant construction work
  • 45252140 - Sludge-dewatering plant construction work
  • 65100000 - Water distribution and related services
  • 71310000 - Consultative engineering and construction services
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

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

Sussex, Kent, Hampshire and Isle of Wight

two.2.4) Description of the procurement

This is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client.

The Contractor shall work with the Client to provide engineering capability and expertise to:

Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water and Wastewater systems.

Achieve the required asset performance or customer outcomes by identifying:

low build or no-build solutions.

sustainable including low carbon, catchment, and nature-based solutions.

lowest Totex or Best Value solutions across an agreed Tranche or Programme of works.

how the solution(s) deliver benefit through the Client’s Balanced Scorecard, and at an aggregate catchment or system level.

The Contractor shall provide construction management services and expertise including:

Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client.

Supporting the Client with Pre-construction Enabling Activities.

Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer).

Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client.

Work with the client to regularly optimise the specification and procurement of the Client’s Standard Asset List, including use of centralised or buying club solutions

Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client,

Managing and undertaking commissioning and handover according to Client Engineering Standards.

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: £294,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extensions options available for 3 x 1 year

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

Envisaged minimum number: 3

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents.

Candidates will then be shortlisted on best technical score.

It is intended to take up to 6 highest scoring Tenderers from the PQQ stage

through to ITT per lot

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 overall value of £700m detailed in the Contract Notice and the Bravo portal comprises: (a) £500m for the initial 5 year term; and (b) £200m for the potential extension period(s)(the framework has the potential to be extended by a further 3 years estimated at £200m). but subject to final determination from PR24 and agreed investment

two.2) Description

two.2.1) Title

Capital Infrastructure Wastewater

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45222100 - Waste-treatment plant construction work
  • 45231300 - Construction work for water and sewage pipelines
  • 45232100 - Ancillary works for water pipelines
  • 45232130 - Storm-water piping construction work
  • 45232150 - Works related to water-distribution pipelines
  • 45232151 - Water-main refurbishment construction work
  • 45232152 - Pumping station construction work
  • 45232400 - Sewer construction work
  • 45232410 - Sewerage work
  • 45232411 - Foul-water piping construction work
  • 45232421 - Sewage treatment works
  • 45232430 - Water-treatment work
  • 45240000 - Construction work for water projects
  • 45252100 - Sewage-treatment plant construction work
  • 45252126 - Drinking-water treatment plant construction work
  • 45252140 - Sludge-dewatering plant construction work
  • 65100000 - Water distribution and related services
  • 71310000 - Consultative engineering and construction services
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

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

Sussex, Kent, Hampshire and Isle of Wight

two.2.4) Description of the procurement

This is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client.

The Contractor shall work with the Client to provide engineering capability and expertise to:

Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water and Wastewater systems.

Achieve the required asset performance or customer outcomes by identifying:

low build or no-build solutions.

sustainable including low carbon, catchment, and nature-based solutions.

lowest Totex or Best Value solutions across an agreed Tranche or Programme of works.

how the solution(s) deliver benefit through the Client’s Balanced Scorecard, and at an aggregate catchment or system level.

The Contractor shall provide construction management services and expertise including:

Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client.

Supporting the Client with Pre-construction Enabling Activities.

Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer).

Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client.

Work with the client to regularly optimise the specification and procurement of the Client’s Standard Asset List, including use of centralised or buying club solutions

Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client,

Managing and undertaking commissioning and handover according to Client Engineering Standards.

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: £406,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extensions options available for 3 x 1 year

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

Envisaged minimum number: 3

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents.

Candidates will then be shortlisted on best technical score.

It is intended to take up to 6 highest scoring Tenderers from the PQQ stage

through to ITT per lot

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 overall value of £700m detailed in the Contract Notice and the Bravo portal comprises: (a) £500m for the initial 5 year term; and (b) £200m for the potential extension period(s)(the framework has the potential to be extended by a further 3 years estimated at £200m). but subject to final determination from PR24 and agreed investment


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

Qualification requirements are detailed within the sourcing portal including:

Southern Water will use the Achilles Utilities Vendor Database (UVDB) to provide confirmation of certain capabilities and standards – including Health and Safety, Environmental and Corporate Social Responsibility. Further information on the UVDB is available at https://www.achilles.com/community/uvdb/

Southern Water is required by its investors to ensure that any key supplier has good economic and financial standing. A CreditSafe check will be used for this purpose, together with other background checks if needed, at the discretion of the Client. A Tenderer may be rejected if the recommended annual contract value for their company on CreditSafe is below the proposed annual value of the contract. The annual value of the contract is calculated by dividing the estimated total value by the initial period. Where a framework is tendered, the annual value would also be divided by the number of Service Providers expected to be appointed; this would not always be an equal division, as different lots may have different values. If a bidder fails this test, and only publishes abridged accounts, Southern Water may allow the bidder to proceed. This would be on the basis of providing turnover data that satisfies the annual contract value accounting for less than a half of their annual turnover; and do not have an adverse risk score on CreditSafe. Alternatively, a Parent Company Guarantee or bank Guarantee may be accepted, however it would need to fulfil the above.

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

Tenderers’ response to the PQQ will be scored in the order as outlined in the sourcing portal, with those sections marked as Pass/Fail where the Tenderer will either meet or fail to meet the minimum criteria. All prospective Tenderers are required to pass each question within the SWS PQQ response forms.

A full response to Qualification Envelope is required, except where indicated. Failure to respond fully to any required question in this section or not being able to meet the minimum requirement will result in the submission being non-compliant and being excluded from the process, except where the SWS Commercial Head determines that a genuine error has been made, and a correction may then be permitted.

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

Consortium proposed legal structure if the group of economic operators intends to form a named single legal entity prior to signing a contract, if awarded. If you do not propose to form a single legal entity, please explain the legal structure. Southern Water may require the consortium to assume a specific legal form if awarded the contract, to the extent that it is necessary for the satisfactory performance of the contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents aligned with SWS balanced scorecard


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: 6

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: 2023/S 000-006556

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

Date

5 June 2023

Local time

4:00pm

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

14 August 2023

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

Framework will not exceed 8 years

Initial term AMP 7 and 8 5 Years

Extension term up to 3 years x 1 year extension options (estimation only £700M)

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

will be conducted on the Jaggaer One 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 Jaggaer One 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

https://southernwater.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55889

CLOSING DATE FOR PQQ IS 05/06/2023

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