Awarded contract

Strategic Resource Options: Programme Partners (PP) Framework

  • THAMES WATER UTILITIES LIMITED

F06: Contract award notice – utilities

Notice reference: 2024/S 000-012303

Published 16 April 2024, 11:11am



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: Programme Partners (PP) Framework

Reference number

FA2051

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 Programme 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

United Kingdom

two.2.4) Description of the procurement

Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Programme Partners (PP) 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 PP framework reference FA2051 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 PP 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 entities appointed to the framework are:

Arcadis Consulting (UK) Limited

Jacobs U.K. Limited & Mott MacDonald Limited (unincorporated joint venture)

Turner & Townsend Project Management Limited

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

TWUL sought market leading expertise within the key disciplines, outlined below, to accelerate the delivery and management of this high-profile capital programme. The PP will need to demonstrate extensive experience in programme management to enable it to support and management across the SRO portfolio which will include large complex infrastructure schemes being progressed under the current UK planning environment. The PP role includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting Clients and managing programmes of work (in this case the delivery of large pipelines, reservoirs, water recycling and transfer facilities). Furthermore, the PP will need to provide programme management and controls expertise to oversee and advise up all aspects of preliminary design and the pre application engagement with the Planning Inspectorate and to assist with the development / management of planning applications (likely to be a Development Consent Order (DCO)) including assisting with stakeholder engagement and all elements of the pre consultation and planning application processes. The PP framework agreement utilises the NEC4 Professional Services Contract 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 PP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a Programme Partner to one or multiple SRO projects will be for the duration of that particular scheme. 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 Programme 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 Programme Partner via an initial mini competition and that subject to the successful party's performance, capability and capacity, it will remain the Programme Partner for the scope of services that was competed.

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 PP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful PP 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 PP framework scope comprises of, but is not limited to, the following high level service categories:

• General Programme Partner Support Services

• Cost Planning & Estimating,

• Schedule Management,

• Risk Management,

• Procurement support & market engagement,

• Assuring Contract Administration

• Development of Programme Management Methodology and Practice

• Information Management and business systems

• Project Assurance and review

• Technical controls

• Interface management

• Requirements management

• Business case development

• Team performance

• Third Party Agreements

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 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.1.8) 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 000-019165


Section five. Award of contract

Contract No

FA2051

Title

Programme 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

18 March 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Arcadis Consulting (UK) Ltd

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

2212959

The contractor is an SME

No


Section five. Award of contract

Contract No

FA2051

Title

Programme 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

18 March 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

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

2594504

The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Ltd

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

1243967

The contractor is an SME

No


Section five. Award of contract

Contract No

FA2051

Title

Programme 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

18 March 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Turner & Townsend Project Management Limited

Leeds

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
Companies House

2165592

The contractor is an SME

No


Section six. Complementary information

six.3) Additional information

Note that the PP'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).