Contract

Water Wastewater and Ancillary Services 3

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice identifier: 2024/S 000-024940

Procurement identifier (OCID): ocds-h6vhtk-03ad62

Published 7 August 2024, 5:39pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Wastewater and Ancillary Services 3

Reference number

RM6306

two.1.2) Main CPV code

  • 65100000 - Water distribution and related services

two.1.3) Type of contract

Services

two.1.4) Short description

We have ran this competition using the ‘open procedure'. Crown Commercial Service (CCS) has established a Framework Agreement to support delivery of Water, Wastewater and Ancillary Services. The duration of the Framework Agreement is for a four (4) year period. The Framework Agreement is available for use by UK public sector bodies as described in the customer list.

The Framework consists of the following lots:

Lot 1 – Water and Waste Water Services

Lot 2 – Ancillary Services

Lot 3 – One Stop Shop (Combined Lot 1 and Lot 2 )

Any bidder successfully awarded on both Lot 1 and Lot 2 combined has been awarded a place on Lot 3.

Suppliers will provide the Deliverables (goods and services) set out in the Specification.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,000,000,000

two.2) Description

two.2.1) Title

Water and Wastewater

Lot No

1

two.2.2) Additional CPV code(s)

  • 09320000 - Steam, hot water and associated products
  • 24962000 - Water-treatment chemicals
  • 38421100 - Water meters
  • 39370000 - Water installations
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 44163140 - Steam and water pipes
  • 45330000 - Plumbing and sanitary works
  • 50411100 - Repair and maintenance services of water meters
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 65130000 - Operation of water supplies
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Water and Wastewater Services

The Supplier will provide Water Supply and Wastewater (Sewerage) services to eligible non household customers in accordance with the Water Act 2014.

The Supplier will hold and maintain throughout the Framework Agreement and any Call Off Contracts, a valid Water Supply and Sewerage Licence granted by the The Economic Regulator of the Water Sector in England and Wales (Ofwat) in accordance with Section 1 of the Water Act 2014. The Supplier will comply with the requirements of the associated Wholesale Retail Code and the Market Arrangement Code as specified by the Regulator Ofwat.

The Supplier will deliver associated services in connection with the supply of water and wastewater services as required by the Buyers at Call Off stage:

Account Management including customer service; Billing; Metering including, Meter Reading (Including acceptance of AMR reads),

Management of sites and meters (including new connections and switching); Facilitate meter installation/removal/resizing/accuracy tests;

Data Management; Roads and Property Drainage; Sewerage services including Trade Effluent; Emergency Contingency Planning; 24/7 Emergency support; and Guaranteed standards of Service.

An e-auction can be used at Call Off Contract stage for Lot 1

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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 number of Suppliers awarded a Framework Contract for this Lot is 8.

two.2) Description

two.2.1) Title

Ancillary Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 09320000 - Steam, hot water and associated products
  • 24962000 - Water-treatment chemicals
  • 38421100 - Water meters
  • 39370000 - Water installations
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 44163140 - Steam and water pipes
  • 45330000 - Plumbing and sanitary works
  • 50411100 - Repair and maintenance services of water meters
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 65130000 - Operation of water supplies
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ancillary Services

The Supplier will provide one (1) or more of the Ancillary Deliverables (goods and services) listed below. The Ancillary Services are pertaining to the management, conservation, reduction and data management of water consumption as requested by the Buyers in order to deliver efficiency, financial and consumption savings.

The Ancillary Services can include the requirement for purchase and installation of water management, water efficiency, water conservation or other water savings measures. These measures may include provision and installation of goods

including new equipment optimisation of equipment (including existing equipment) and provision of related services. Additional services may be required to improve the environmental conditions at Buyers sites.

The scope includes provision for the Supplier to offer its own or third party financing option on request by the Buyers, to support delivery of the Ancillary Deliverables (goods and services) listed below.

The Buyer may request Deliverables (goods and services) that are not listed below but fall within the scope of Ancillary Services. It is intended that the range of Ancillary Services will expand to meet the Buyers business needs as they develop

their strategies. Initially the Framework Agreement will consist of the following nine (9) Ancillary Services.

These Ancillary Deliverables (goods and services) are:

● Water Footprint assessment;

● Tariff optimisation and benchmarking;

● Water audit site surveys;

● Leak detection and repair;

● Contingency planning;

● Legionella Risk Assessments;

● Automated Meter Reading;

● Bill Validation; and

● Cost Recovery.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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 number of Suppliers awarded a Framework Contract for this Lot is 8.

two.2) Description

two.2.1) Title

One stop shop (Lot 1 and 2 combined)

Lot No

3

two.2.2) Additional CPV code(s)

  • 09320000 - Steam, hot water and associated products
  • 24962000 - Water-treatment chemicals
  • 38421100 - Water meters
  • 39370000 - Water installations
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 44163140 - Steam and water pipes
  • 45330000 - Plumbing and sanitary works
  • 50411100 - Repair and maintenance services of water meters
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 65130000 - Operation of water supplies
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

One Stop Shop - (Combined Lot 1 and 2) Services

The Suppliers for Lot 3 provide a combination of the Services outlined in both Lot 1 and Lot 2 as required by the Buyers. All Suppliers provide at least one (1) of the Services listed in the description for Lot 2.

The Buyer may request Deliverables (goods and services) that are not listed in the Lot 2 description but fall within the scope of Ancillary Services. The range of Ancillary Services will expand to meet the Buyers business needs as they develop their strategies.

The Framework Agreement consists of nine (9) Ancillary Services listed in the Lot 2 description, but is not limited as new services will be integrated depending on the Buyer’s needs. Lot 3 has been formed upon award. Any bidder successfully awarded a place on both Lot 1 and Lot 2 has been awarded a place on Lot 3 One Stop Shop (Combined Lot 1 and Lot 2).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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 number of Suppliers awarded a Framework Contract for this Lot is 7


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-000342


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 July 2024

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street.

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.gov.uk/ccs

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,000,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:[https://www.contractsfinder.service.gov.uk/Notice/faf3d973-6c27-4bc0-84c5-9e7356c90983

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/

six.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom