Tender

Land Entry Framework

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice identifier: 2022/S 000-018467

Procurement identifier (OCID): ocds-h6vhtk-034ecb

Published 6 July 2022, 12:04pm



Section one: Contracting entity

one.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Contact

Paul Knight

Email

Paul.Knight@southernwater.co.uk

Telephone

+44 1903264444

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.southernwater.co.uk

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