Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
Contact
Paul Knight
Paul.Knight@southernwater.co.uk
Telephone
+44 1903264444
Country
United Kingdom
NUTS 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
Land Entry Framework
Reference number
Prj_2811
two.1.2) Main CPV code
- 65100000 - Water distribution and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The objective of this tender is to select suppliers to create a new framework contract for land entry services. In responding to this tender, you are confirming you are able to undertake the full suite of services set-out in the Framework Agreement and associated schedules.
Land Entry Services
1.0 Land Entry Services to including, but not limited to:-
1.1 Provision of a written fees estimate as per the Statement of Works (Order).
1.2 Provision and maintenance in a format defined by Southern Water of:-
• land and compensation estimates
• risk and opportunity registers associated with land matters,
• programmes for land matters associated with the project
1.3 Attend project and/or site meetings as required by Southern Water
1.4 Liaison with and advise the project team over the proposed alignment of pipework, location of apparatus and other works associated with the project together with associated rights in land required
1.5 Liaison with the project team over key deliverables prepared by them including notice plans and easement drawings to ensure they are accurate and fit for purpose
1.6 Liaison with other consultants employed by Southern Water as may be required
1.7 Undertake land referencing to include preparation of a schedule and index map in a format defined by Southern Water as may be required
1.8 Establish contact and consult with landowners/occupiers and agents (in conjunction with the project team)
1.9 Negotiate and/or secure entry through use of statutory powers for site investigations.
1.10 Negotiate terms for the acquisition of land and/or rights for pumping stations, treatment works and permanent above ground apparatus including (but not limited to) access ways and services as may be required for the project
1.11 Supporting Compulsory Purchase Orders (CPOs) and Development Consent Orders (DCOs) as required.
1.12 Negotiate and agree terms for Site Compound Licences in a format defined by Southern Water as may be required
1.13 Preparation and service of Statutory Notices, subject to delegated powers, including a schedule as may be required
1.14 Obtain early entry consents (as required)
1.15 Supporting the seeking of Warrants of Entry where required.
1.16 Prepare Schedules of Condition (including photographs) in a format defined by Southern Water as may be required
1.17 Undertake building or structural surveys as required.
1.18 Maintain ongoing liaison with landowners/occupiers and agents throughout projects
1.19 Negotiate amendments to pipe alignment, location and finish of manholes etc. provision of accommodate works, site compounds etc.
1.20 Advise, if needed, regarding aspects of final reinstatement
1.21 Negotiation and settlement of compensation claims for permanent loss in the value of land as a result of works, and/or temporary losses or disturbance caused by works (including Business Loss Claims) in accordance with Statutory provision, including securing approvals for any agreements reached.
1.22 Supporting settlement and/resolution of claims referred to the Upper Tribunal.
1.23 Issuing of as-laid drawings
1.24 Negotiate and agree Heads of Terms for easements in a format defined by Southern Water as may be required
1.25 Instruction of Southern Water’s solicitors as required and supporting the completion of any legal agreements
1.26 Monthly reporting in a format defined by Southern Water
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Kent, Hampshire, Sussex and Isle of Wight
two.2.4) Description of the procurement
Land Entry Services
1.0 Land Entry Services to including, but not limited to:-
1.1 Provision of a written fees estimate as per the Statement of Works (Order).
1.2 Provision and maintenance in a format defined by Southern Water of:-
• land and compensation estimates
• risk and opportunity registers associated with land matters,
• programmes for land matters associated with the project
1.3 Attend project and/or site meetings as required by Southern Water
1.4 Liaison with and advise the project team over the proposed alignment of pipework, location of apparatus and other works associated with the project together with associated rights in land required
1.5 Liaison with the project team over key deliverables prepared by them including notice plans and easement drawings to ensure they are accurate and fit for purpose
1.6 Liaison with other consultants employed by Southern Water as may be required
1.7 Undertake land referencing to include preparation of a schedule and index map in a format defined by Southern Water as may be required
1.8 Establish contact and consult with landowners/occupiers and agents (in conjunction with the project team)
1.9 Negotiate and/or secure entry through use of statutory powers for site investigations.
1.10 Negotiate terms for the acquisition of land and/or rights for pumping stations, treatment works and permanent above ground apparatus including (but not limited to) access ways and services as may be required for the project
1.11 Supporting Compulsory Purchase Orders (CPOs) and Development Consent Orders (DCOs) as required.
1.12 Negotiate and agree terms for Site Compound Licences in a format defined by Southern Water as may be required
1.13 Preparation and service of Statutory Notices, subject to delegated powers, including a schedule as may be required
1.14 Obtain early entry consents (as required)
1.15 Supporting the seeking of Warrants of Entry where required.
1.16 Prepare Schedules of Condition (including photographs) in a format defined by Southern Water as may be required
1.17 Undertake building or structural surveys as required.
1.18 Maintain ongoing liaison with landowners/occupiers and agents throughout projects
1.19 Negotiate amendments to pipe alignment, location and finish of manholes etc. provision of accommodate works, site compounds etc.
1.20 Advise, if needed, regarding aspects of final reinstatement
1.21 Negotiation and settlement of compensation claims for permanent loss in the value of land as a result of works, and/or temporary losses or disturbance caused by works (including Business Loss Claims) in accordance with Statutory provision, including securing approvals for any agreements reached.
1.22 Supporting settlement and/resolution of claims referred to the Upper Tribunal.
1.23 Issuing of as-laid drawings
1.24 Negotiate and agree Heads of Terms for easements in a format defined by Southern Water as may be required
1.25 Instruction of Southern Water’s solicitors as required and supporting the completion of any legal agreements
1.26 Monthly reporting in a format defined by Southern Water
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend or retender
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
It is intended to take a maximum of 5 highest scoring Tenderers from the PQQ stage through to ITT. There will be a single PQQ that will qualify Tenderers into the ITT stage.
However, SWS reserves the right in its absolute discretion to limit the number of Tenderers it will invite to 4 or to increase to 6 in the event where in the circumstances of the scoring this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process.
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
Please see tender documents provided
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
Please see tender documents provided
three.1.6) Deposits and guarantees required
Please see tender documents provided
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please see tender documents provided
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Please see tender documents provided
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see tender documents provided
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: 5
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.2.2) Time limit for receipt of tenders or requests to participate
Date
4 August 2022
Local time
5:00pm
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
Tender must be valid until: 1 December 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Ofwat
Birmingham
Country
United Kingdom