Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
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