Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
Kirsty.Lodge@southernwater.co.uk
Telephone
+44 1903264444
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
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 Strategic Delivery Partners (SDP)
Reference number
prj_4006
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 for the delivery of strategic programmes, including; strategic planning, outline design, detailed design and build
The scope of the framework is anticipated to be as follows:
Services across the Client’s geographical region including Isle Of Wight (IOW).
This is intended to be used for a Strategic Delivery Partner working across the Asset Lifecycle Process providing strategic planning, design, construction management services and expertise.
Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water, Wastewater and Infrastructure 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 as measured through the Client’s Balanced Scorecard, and at an aggregate catchment or system level.
two.1.5) Estimated total value
Value excluding VAT: £6,200,000,000
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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
There are no limitations to no of lots awarded . It is intended to have up to 8 Contractors appointed on the framework.
two.2) Description
two.2.1) Title
Capital SDP Non-Infrastructure Water
Lot No
1
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232400 - Sewer construction work
- 45252100 - Sewage-treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252127 - Wastewater treatment plant construction work
- 45252140 - Sludge-dewatering plant construction work
- 71310000 - Consultative engineering and construction services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72224000 - Project management consultancy services
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
• Lot 1 – Water non-infrastructure services for whole of Client’s region.
The works may include but not be limited to the following:
The Contractor shall provide; strategic planning, design, 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: £1,949,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
5 x 1 year extension periods total 12 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 5
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 4 highest scoring Tenderers from the PQQ stage
on Lot 1.
two.2.10) Information about variants
Variants will be accepted: Yes
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 £6,194m detailed in the Contract Notice and the Bravo portal comprises: (a) £3,613m for the initial 7 year term; and (b) £2,581m for the potential extension period(s) (the framework has the potential to be extended by a further 5 years estimated at £516m per year).
two.2) Description
two.2.1) Title
Capital SDP Non-Infrastructure Wastewater
Lot No
2
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232400 - Sewer construction work
- 45252100 - Sewage-treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252127 - Wastewater treatment plant construction work
- 45252140 - Sludge-dewatering plant construction work
- 71310000 - Consultative engineering and construction services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72224000 - Project management consultancy services
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
• Lot 2 – Wastewater non-infrastructure services for whole of Client’s region.
The works may include but not be limited to the following:
The Contractor shall provide; strategic planning, design, 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.
II.2.5) Award criteria
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: £2,772,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
5 x 1 year extension periods total 12 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 5
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 4 highest scoring Tenderers from the PQQ stage
on Lot 2
two.2.10) Information about variants
Variants will be accepted: Yes
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 £6,194m detailed in the Contract Notice and the Bravo portal comprises: (a) £3,613m for the initial 7 year term; and (b) £2,581m for the potential extension period(s) (the framework has the potential to be extended by a further 5 years estimated at £516m per year).
two.2) Description
two.2.1) Title
Capital SDP Infrastructure Water & Wastewater
Lot No
3
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232400 - Sewer construction work
- 45252100 - Sewage-treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252127 - Wastewater treatment plant construction work
- 45252140 - Sludge-dewatering plant construction work
- 71310000 - Consultative engineering and construction services
- 72224000 - Project management consultancy services
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
• Lot 3 – Water and Wastewater Infrastructure services for whole of Client’s region.
The works may include but not be limited to the following:
The Contractor shall provide; strategic planning, design, 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: £1,524,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
5 x 1 year extension periods total 12 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:
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 3 highest scoring Tenderers from the PQQ stage
on Lot 3
two.2.10) Information about variants
Variants will be accepted: Yes
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 £6,194m detailed in the Contract Notice and the Bravo portal comprises: (a) £3,613m for the initial 7 year term; and (b) £2,581m for the potential extension period(s) (the framework has the potential to be extended by a further 5 years estimated at £516m per year).
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
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 8
In the case of framework agreements, provide justification for any duration exceeding 8 years:
The framework agreements will typically require a significant investment from the supplier to achieve the technical requirements and to manage the inherent risks with these complex requirements. The strategic and complex tranches/programmes of work may cover an extended period of time and would create a complexity of changing a supplier during an AMP period.
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 000-006554
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2023
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 September 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 exceed 8 years, 12 year proposal
Initial term AMP 7, 8 and 9 7 Years
Extension term up to 5 years x 1 year extension options
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=55769
CLOSING DATE FOR PQQ IS 30/06/2023
six.4) Procedures for review
six.4.1) Review body
Southern Water Services
Worthing
BN11 1LD
Country
United Kingdom