Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.thameswater.co.uk/procurement
Additional information can be obtained from the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Thames Water Strategic Resource Options (SRO) Partner Frameworks
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 Ltd (TWUL) intends to establish new professional services frameworks to support its Strategic Resource Options (SRO) programme. 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 PIN relates to Phase 1 only. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.
TWUL's current portfolio of SRO projects includes, but is not limited to, the South East 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/
This Prior Information Notice (PIN) is issued ahead of contract notices for the appointment of various partner opportunities, including but not limited to a Technical Partner (TP) and a Programme Partner (PP) to support TWUL's SROs. TWUL are issuing this PIN to provide potential bidders advanced notice of these procurement events. Each opportunity will be published under a separate contract notice.
TWUL intends to award the first work packages immediately following the appointment of framework suppliers.
two.1.5) Estimated total value
Value excluding VAT: £400,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44160000 - Pipeline, piping, pipes, casing, tubing and related items
- 45112700 - Landscaping work
- 45113000 - Siteworks
- 65000000 - Public utilities
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural 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
two.2.4) Description of the procurement
Framework 1: TECHNICAL PARTNER (Ref. FA2050)
The duration of the Technical Partner (TP) framework will be up to 8 years and will cover the development phase through to the mobilisation of the Delivery Partner(s).
The TP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:
• General Technical Partner Support Services
• Engineering Services
• Environmental Services
• Planning Services
• Land Services
• Engagement Services
• Project Management, Programme, Risk and Cost Activities
• Consultation Response Analysis
• Events Management
Framework 2: PROGRAMME PARTNER (Ref. FA2051)
The duration of the Programme Partner (PP) framework will be up to 8 years and will cover development activities phase through to the mobilisation of Delivery Partner(s).
The PP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:
• Leadership and Engendering Collaboration across the Programme
• Project & Programme Performance Baselining and Reporting
• Cost Planning & Estimating
• Schedule Management, Planning Control and Outcome Modelling
• Risk Management
• Project Controls and Governance
• Procurement Support and Market Engagement
• Establishing and Assuring Contract Administration Processes,
• Development of Programme Management Methodology and Practice
• Information Management and Business Systems
• Project Assurance and Review
• Technical Controls and Advice
• Interface Management and Systems Integration
• Requirements Management
• Development of Delivery and Procurement Strategies
• Overall Team Performance
• Supporting the Establishment and Discharge of Third-Party Agreements
Important Additional Information
Additional supporting documents can be found on our eSourcing platform, IASTA SmartSource (IASTA). To access the project in IASTA please follow the instructions listed on https://www.thameswater.co.uk/procurement and use the following project details:
IASTA Project Name : SRO Partner Procurements
Details of Required Services - A further breakdown of the services required within the above listed categories can be found by accessing the document titled SRO Service Requirements in IASTA.
Expression of Interest - Whilst it is not a mandatory requirement for inclusion, we invite you to submit your expression of interest by using the Expression of Interest Form located in IASTA. Please submit your completed form via IASTA by 12 noon on 9th June 2023.
two.2.14) Additional information
TWUL appreciates that there may be suppliers that represent a scarce resource and is particularly concerned that these resources, in respect of certain SROs project opportunities described in this notice, should not:
• be subject to an exclusivity arrangement with an Applicant/Bidder in the procurement process to the detriment of competition; and
• be subject to sub-contract terms or obligations that threaten the ability of another Consultant to deliver its own contract.
Accordingly, during the procurement process, Applicants/Bidders are asked not to enter any exclusivity arrangements with a potential subcontractor or supplier.
If the Applicant/Bidder has doubts or uncertainties about whether any arrangements with other suppliers would be viewed as falling within the above categorisation, they should seek guidance from TWUL before entering any exclusivity arrangement with a subcontractor or supplier.
If despite this request an Applicant/Bidder enters an exclusive arrangement with a supplier, to the detriment of other Applicants/Bidders such that competition is adversely impacted, TWUL reserves the right to omit the procurement of these resources through the procurement process; to enter into arrangements directly with the relevant supplier; and to require the successful Applicant/Bidder to enter into subcontracts with the relevant supplier.
Applicants/Bidders who have concerns about the state of a market or who encounter difficulties engaging with suppliers for specific resources, should raise a query with TWUL as TWUL cannot deal with the issue if it is not disclosed.
TWUL reserves the right to procure any of the services listed below as separate contracts and/or frameworks as part of separate and independent procurement events.
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 will reserve the right to novate contracts, subject to the Consultant's agreement, to partner organisations or delivery partners.
two.3) Estimated date of publication of contract notice
30 June 2023
Section four. Procedure
four.1) Description
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.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
This PIN is not a call for competition and any information in this PIN maybe subject to change prior to publication of the contract notice and associated procurement documents.
After publication of the Contract Notices, all interested parties will be required to participate in a Selection Process by completing and returning a Pre-Qualification Questionnaire (PQQ). The completed PQQ is used to determine which suppliers satisfy the selection criteria and who will progress to the next stage of the tender process. Individual Contract Notices, PQQ's and associated documents for these opportunities are planned to be issued in June 2023.
If you have any further questions, please email procurement.support.centre@thameswater.co.uk