Tender

SRO Commercial and Financial Advisory Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-025681

Procurement identifier (OCID): ocds-h6vhtk-03681e

Published 13 September 2022, 3:29pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

Region code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

https://www.thameswater.co.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.thameswater.co.uk/about-us/our-suppliers/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.thameswater.co.uk/about-us/our-suppliers/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SRO Commercial and Financial Advisory Services

Reference number

FA1761

two.1.2) Main CPV code

  • 79412000 - Financial management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Ofwat has initiated a Strategic Water Resource Options (SRO) Programme to provide at least 1500 Ml/d of water to areas of England facing a water deficit. The SRO Programme includes multiple schemes which will be funded and assessed during AMP7 to determine the right portfolio of projects to be selected by Regional Plans ready for implementation in AMP8.

Thames Water Utilities Limited (TW) is seeking to engage a Commercial and Financial Advisor (CFA) to support it in the development of several 'Strategic Resource Options', from Gate 3 (developed design, finalised feasibility, pre-planning, etc) through to construction.

If during the course of this framework Thames Water identifies specialist needs and capability, Thames Water reserves the right to make a separate awards for these needs under this Framework.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79411000 - General management consultancy services
  • 79418000 - Procurement consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of the Thames Water region

two.2.4) Description of the procurement

Ofwat has initiated a Strategic Water Resource Options (SRO) Programme to provide at least 1500 Ml/d of water to areas of England facing a water deficit. The SRO Programme includes multiple schemes which will be funded and assessed during AMP7 to determine the right portfolio of projects to be selected by Regional Plans ready for implementation in AMP8.

Thames Water Utilities Limited (TW) is seeking to engage a FCommercial and Financial Advisor (CFA) to support it in the development of several 'Strategic Resource Options', from Gate 3 (developed design, finalised feasibility, pre-planning, etc) through to construction.

If during the course of this framework Thames Water identifies specialist needs and capability, Thames Water reserves the right to make a separate awards for these needs under this Framework.

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: £3,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

This lot shall run for an initial period of 3 years. The Contracting Entity reserves the right to extend this lot for a maximum further 5 years (either annually or other determined periods).

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

Envisaged minimum number: 4

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This lot shall run for an initial period of 3 years. The Contracting Entity reserves the right to extend this lot for a maximum further 5 years (either annually or other determined periods).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

As detailed in section VI.3 and PQQ

three.1.6) Deposits and guarantees required

Bonds and/or parent company guarantees of performance and financial standing may be required. See procurement documents for further details

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Specified in Invitation to Negotiate Document

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Consortia may be required to form a legal entity prior to award. See procurement documents for further details


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 a single operator

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: Yes

four.2) Administrative information

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

Date

4 October 2022

Local time

12:00pm

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

Duration in months: 12 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the web link in

Section I.3 (www.thameswater.co.uk/procurement).

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.

If the sourcing process identifies specialist needs and capability, Thames Water reserves the right to make a separate awards for these needs.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Royal Courts of Justice) on The Strand, London

six.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities Limited

Reading

Country

United Kingdom