Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
zoltan.csekei@southernwater.co.uk
Telephone
+44 7922859176
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
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
prj_4007 - AMP 8 Frameworks - Professional Services Framework
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
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 is also developing new approaches to how it manages and maintains its
clean and wastewater networks, and how it successfully implements new
technology and innovation within its construction, operations and
maintenance activities to deliver its vision and ambition.
To support this process, SWS is seeking to appoint Professional Services
providers to assist in developing its strategies and plans, but also to
accelerate the development of SWS’s internal capability in the areas of Asset
Management and Programme Management in particular. A collaborative
framework will be established with a number of professional services
providers.
two.1.5) Estimated total value
Value excluding VAT: £240,000,000
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: 3
two.2) Description
two.2.1) Title
Professional services - Asset Management Support Services
Lot No
1
two.2.2) Additional CPV code(s)
- 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
Southern Water's region
two.2.4) Description of the procurement
Provision of Asset Management Support Services
Overview
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 is also developing new approaches to how it manages and maintains its clean and wastewater networks, and how it successfully implements new technology and innovation within its construction, operations and maintenance activities to deliver its vision and ambition.
To support this process, SWS is seeking to appoint Professional Services providers to
assist in developing its strategies and plans, but also to accelerate the development of
SWS’s internal capability in the areas of Asset Management and Programme Management in particular.
This framework is anticipated to run for the duration of AMP8, with an option to extend
into AMP9.
Scope of services required
A collaborative framework will be established with a number of professional services
providers, providing support in the following areas:
Asset Management support services will include:
(a) Asset Management Strategy and Planning, including:
• Statutory Planning Framework Reporting
• Business Planning (PR29)
• Long-term delivery strategy
• Asset strategies
• Service Measures Framework
• Business and Programme Execution Plans
(b) Asset Information Management
• Asset information strategy
• Data capture and surveys
• Data quality
• Data visualisation and communication
(c) Asset Intelligence
• Better understanding of our assets
• Modelling: hydraulic, coastal, networks, environmental, asset deterioration.
• Water balance
• Geospatial
• Asset risks
• Asset health
(d) Technical Services
• Investment optimisation
• Design
• Cost estimating
• Nature based solution capability
(e) Asset Management System Monitoring
• Audit maturity
• Continually develop systems and processes
• Identify and apply best practice
• Recommendations and support to implement them
We anticipate commissioning support from those appointed to the Framework through
mini-competition or direct award.
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: £80,000,000
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
Options to extend the framework by three times one year, on the fifth anniversary of the framework.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
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 8 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) Description
two.2.1) Title
PMO and Project Management
Lot No
2
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Southern Water's region
two.2.4) Description of the procurement
Project and Programme Management support services will include:
• PMO/Programme & Project Management Capability Development, Enhancement &
Change Embedment
• Delivery Portfolio Planning, Programming and Baselining – Including Work
Allocation and delivery tranche formation
• Portfolio Strategic Insight to Project Reporting development and enhancement
• Programme to project Assurance
• Programme to project Governance
• Programme Controls (Centre of Excellence)
• Maturity Assessment and associated management of change across Cost,
Schedule, Risk, Benefits, Dependency and Resource Management as driven by
business priorities and appetite
• Project Controls and Project Manager Training / Capability Development
• Supporting Technology Insight and Enhancements to drive capability and efficiency
(e.g. Cost Management System, Scheduling System)
We may also require staff augmentation support in these areas, including provision of Programme and Project Managers, and Planners. However our intent for this framework is to have suppliers who can build solutions for us, deliver outcomes, and upskill our internal capability.
We anticipate commissioning support from those appointed to the Framework through mini-competition or direct award.
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: £64,000,000
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
Options to extend the framework by three times one year, on the fifth anniversary of the framework.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
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 8 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) Description
two.2.1) Title
Technical & Engineering Support Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Southern Water's region
two.2.4) Description of the procurement
The Contractor shall support the Client’s Asset Management and Engineering teams in the development and design of project and programme interventions through the provision of a range of technical, engineering and design services.
The Contractor shall provide services which will support the development of a prioritised and optimised programme accounting for costs, benefits and risks and support periodic reviews of the programme.
The Contractor shall support the optimisation of delivery plans including packaging and phasing of works.
The Contractor shall provide the following services to support and enhance the Client’s capabilities:
Process – support SW capability
Hydraulic Modelling – enhance SW capability to design solutions.
Nature based solutions – support and develop SW capability.
The Contractor shall provide the following technical and engineering services:
Mechanical
Electrical
Civils
Environmental / enabling
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: £96,000,000
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
Options to extend the framework by three times one year, on the fifth anniversary of the framework.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
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 8 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
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: 9
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 000-006552
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Framework will not exceed 8 years
The overall value of £240m detailed in Section II.1.5) of the Contract Notice and the Bravo portal comprises: (a) £150m for the initial 5 year term; and (b) £90m for the potential extension period(s)(the framework has the potential to be extended by a further 3 years estimated at £30m per year).
The values per lots are as described below:
- Lot 1 Asset Management Support Services: £80m, comprising (a) £50m + (b) (£10m x 3 additional years)
- Lot 2 Programme & Project Management Support Services: £64m, comprising (a) £40m + (b) (£8m x 3 additional years)
- Lot 3 Technical & Engineering Support Services: £96m, comprising (a) £60m + (b) (£12m x 3 additional years)
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 Interestbutton;
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/toolkit/opportunity/current/55820/detail.si
Closing date of the PQQ: 05/06/2023.
six.4) Procedures for review
six.4.1) Review body
Southern Water Services
Durrington
Country
United Kingdom