Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
Kirsty.Lodge@southernwater.co.uk
Telephone
+44 1903264444
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
https://southernwater.bravosolution.co.uk
Reference number
prj_4065
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS now wishes to secure a range of supply chain partners for the delivery of its AMP8 capital programme. The AMP8 regulatory period will run from April 2025 to March 2030. The current frameworks used for engineering, design and construction services have been in place for almost 10 years and expire on 31st March 2025. In procuring new frameworks, we are seeking to build on positive changes made in AMP7, but also to look beyond AMP8 and take important steps to reflect supplier feedback, moving towards excellence in all that we do. The new arrangements will offer the option of running for AMP9.
In parallel to this procurement process, Southern Water is working up its plans for PR24 – including working with our regulators and stakeholders to confirm the investment that will be available, and the capital delivery projects that will need to be undertaken. The PR24 process will benefit from having the AMP8 supply chain in place to assist with ongoing planning and transition to AMP8.
A collaborative framework will be established to deliver low complexity infrastructure design and build schemes. The framework will have 2 lots one for water and wastewater.
A framework for Non-Infrastructure works has already been established for the remainder of AMP 7 and 8.
The Partner shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water and Wastewater systems.
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: £700,000,000
two.2) Description
two.2.1) Title
Capital Infrastructure Water
Lot No
1
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Sussex, Kent, Hampshire and Isle of Wight
two.2.4) Description of the procurement
This is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client.
The Contractor shall work with the Client to provide engineering capability and expertise to:
Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water and Wastewater systems.
Achieve the required asset performance or customer outcomes by identifying:
low build or no-build solutions.
sustainable including low carbon, catchment, and nature-based solutions.
lowest Totex or Best Value solutions across an agreed Tranche or Programme of works.
how the solution(s) deliver benefit through the Client’s Balanced Scorecard, and at an aggregate catchment or system level.
The Contractor shall provide construction management services and expertise including:
Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client.
Supporting the Client with Pre-construction Enabling Activities.
Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer).
Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client.
Work with the client to regularly optimise the specification and procurement of the Client’s Standard Asset List, including use of centralised or buying club solutions
Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client,
Managing and undertaking commissioning and handover according to Client Engineering Standards.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Quality criterion - Name: Commercial / Weighting: 30
Price - Weighting: 30
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) Description
two.2.1) Title
Capital Infrastructure Wastewater
Lot No
2
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Sussex, Kent, Hampshire and Isle of Wight
two.2.4) Description of the procurement
This is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client.
The Contractor shall work with the Client to provide engineering capability and expertise to:
Identify and develop options in accordance with the Client’s technical and engineering standards for all aspects of Water and Wastewater systems.
Achieve the required asset performance or customer outcomes by identifying:
low build or no-build solutions.
sustainable including low carbon, catchment, and nature-based solutions.
lowest Totex or Best Value solutions across an agreed Tranche or Programme of works.
how the solution(s) deliver benefit through the Client’s Balanced Scorecard, and at an aggregate catchment or system level.
The Contractor shall provide construction management services and expertise including:
Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client.
Supporting the Client with Pre-construction Enabling Activities.
Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer).
Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client.
Work with the client to regularly optimise the specification and procurement of the Client’s Standard Asset List, including use of centralised or buying club solutions
Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client,
Managing and undertaking commissioning and handover according to Client Engineering Standards.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Quality criterion - Name: Commercial / Weighting: 30
Price - Weighting: 30
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 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
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: 2023/S 000-012128
four.2.9) Information about termination of call for competition in the form of a periodic indicative notice
The contracting entity will not award any further contracts based on the above periodic indicative notice
Section five. Award of contract
Contract No
1
Lot No
1 and 2
Title
LCDR Infrastructure - Clancy Docwra
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Clancy Docwra Limited
Middlesex
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £96,700,000
Section five. Award of contract
Contract No
2
Lot No
1
Title
LCDR Infrastructure - Barhale
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Barhale Limited
Walsall
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £70,000,000
Section five. Award of contract
Contract No
3
Lot No
1
Title
LCDR Infrastructure United Living
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
United Living Infrastructure Services
Swanley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £70,000,000
Section five. Award of contract
Contract No
4
Lot No
2
Title
LCDR Infrastructure J Browne
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
J Browne Construction Limited
Enfield
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £96,000,000
Section five. Award of contract
Contract No
5
Lot No
2
Title
LCDR Infrastructure MWS
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Morrisons Water Services Limited
Stevenage
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £96,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Southern Water Services
Worthing
Country
United Kingdom