Tender

Town & Country Planning, DCO Planning and associated Engagement and Consultation services

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice identifier: 2023/S 000-021732

Procurement identifier (OCID): ocds-h6vhtk-0392f6

Published 26 July 2023, 9:51pm



Section one: Contracting entity

one.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Contact

Zoltan Csekei

Email

Zoltan.Csekei@southernwater.co.uk

Telephone

+44 1903264444

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

https://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

Town & Country Planning, DCO Planning and associated Engagement and Consultation services

two.1.2) Main CPV code

  • 71240000 - Architectural, engineering and planning services

two.1.3) Type of contract

Services

two.1.4) Short description

Southern Water Services Ltd. intends to enter into a Framework Agreement for the supply of Town & Country Planning, DCO Planning and associated Engagement and Consultation Services as detailed in II.2.4)

two.1.5) Estimated total value

Value excluding VAT: £9,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Provision of Town & Country Planning, DCO Planning and associated Engagement and Consultation services to support project development including but not limited to:

1. Permitted development:

• Support in interpreting, applying and maximising the use of PD rights.

• Preparing and/or reviewing EIA screening opinions to confirm applicability of EIA and PD rights.

• Leading on preparation and submission of screening direction requests to the Secretary of State.

• Preparing and managing submissions or notifications to local authorities to either confirm PD rights or undertake PD works, coordinating all necessary inputs and engagement with stakeholders.

2. Planning submissions (under the Town & Country Planning Act):

• Advising on planning requirements, including strategy, schedules, resources, key issues, etc. from early stages of project development;

• Managing the planning application process from pre-application through to decision, including advising on strategy, engagement, consultation, and other matters.

• Undertaking stakeholder engagement and public consultation as required to support the planning process.

• Supporting on the preparation of EIA scoping requests and environment statements, and preparing/reviewing other assessments and documentation necessary to support planning submissions.

• Advising on and supporting post-application requirements and discharge of conditions.

• Collaborating with other disciplines/experts to support planning requirements.

3. Planning appeals (under the Town & Country Planning Act):

• Advising on appeal strategies, key issues, resourcing, timescales, risks, etc.

• Managing the preparation and submission of appeals and related documentation, including collaborating, coordinating and reviewing specialist/expert inputs.

• Managing and reviewing inputs to appeal proceedings, coordinating resources as required.

4. Planning policy:

• Advising on and preparing representations to development plan and strategy reviews to promote and protect Southern Water's interests.

• Engaging with relevant external bodies and coordinating inputs from key stakeholders.

5. NSIPs (Nationally Significant Infrastructure Projects)/DCO applications

• Advising on NSIP thresholds, s35 direction, consenting strategies, policy compliance, need case, programme, governance, deliverables, engagement, resourcing and associated requirements.

• Managing the pre-application and examination processes, and leading on related planning activities.

• Advising on and supporting activities and outputs of other key disciplines including engagement, consultation, EIA, design, engineering, lands/property, and legal.

6. Stakeholder Engagement

• Advising on stakeholder engagement requirements to consenting activities and processes.

• Undertaking stakeholder engagement activities including preparation of engagement plans, organisation and delivery of stakeholder interfaces and communications, and management of stakeholder systems/processes and correspondence.

7. Public Consultation

• Advising on consultation strategies to support consent processes.

• Preparation of delivery plans, including production plans for collateral, and execution plans for delivery of digital and live events and all related communications ;

• Reporting on consultation feedback.

• Collaborating with relevant workstreams to oversee and contribute to the delivery of consultation materials/collateral.

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: £9,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial term of the Framework is 5 years. Options to extend the Framework by two times one year, on the fifth anniversary of the Framework.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 7

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 7 highest scoring Tenderers from the PQQ stage through to ITT.

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

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.

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


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: 4

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: 2022/S 000-036065

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 September 2023

Local time

4:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 October 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: Yes

Estimated timing for further notices to be published: 2028

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contract value of £9.1m detailed in Section II.1.5) of the Contract Notice is for the entire duration of the Framework (5 years initial + 2x1 years optional extensions). The contract value for the initial term of 5 years is £6.5m.

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 Interestbutton;

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

Link to the opportunity:

https://southernwater.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55461

Closing date of the PQQ: 16:00 04 September 2023

six.4) Procedures for review

six.4.1) Review body

Southern Water Services

Southern House

Worthing

BN13 3NX

Country

United Kingdom