Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Thames Water Utilities Ltd
Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
UK
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: www.thameswater.co.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.thameswater.co.uk/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.thameswater.co.uk/procurement
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
AMP7 Delivery Partner — Programme Management Office (PMO)
Reference number: FA1491
II.1.2) Main CPV code
45240000
II.1.3) Type of contract
Services
II.1.4) Short description
Thames Water is seeking to engage consultants to fulfil roles within its Capital Delivery Programme Management Office (PMO). Thames Water is implementing an intelligent client model with a client-led PMO for AMP7, requiring a progressive build of in-house capabilities in programme and project. Consultants will support model transition and development and will be engaged on a secondment basis providing personnel in the following functions:
— programme management,
— governance and risk,
— reporting and controls,
— quality assurance,
— business systems and processes,
— benefits management,
— change control.
Consultants will also assist in building Thames Water’s PMO capabilities, including (but not limited to):
— comprehensive transition plan including risk-based consultant exit plan,
— assistance with the selection and training (where required) of PMO personnel,
— development of PMO policies and processes.
II.1.5) Estimated total value
Value excluding VAT:
12 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of the Thames Water Region.
II.2.4) Description of the procurement
The requirements outlined above will be located across all Thames Water Operational Areas.
TWUL envisages inviting 4-7 Tenderers from PQQ stage through to ITN.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:
This contract shall run for an initial period of 5 years. Subject to satisfactory ongoing performance, the contracting entity reserves the right to extend this contract on an annual basis for a maximum further 3 years.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
This contract shall run for an initial period of 5 years to complement the proposed AMP7 regulatory period. Estimated value over the initial 5-year duration is 12 500 000 GBP.
Subject to satisfactory ongoing performance, the contracting entity reserves the right to extend this contract on an annual basis for a maximum further 3 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the PQQ.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As detailed in the PQQ documentation.
III.1.6) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the invitation to negotiate.
III.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.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the ITN.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
Justification for any framework agreement duration exceeding 8 years: TWUL proposes that this Framework Agreement shall operate for a maximum of 8 years. The initial duration of this Framework Agreement will be 5 years, with the option to extend for a maximum further 3 years. This will allow TWUL to align is it's long-term procurement requirements in line with consecutive regulatory periods, subject to satisfactory ongoing performance by the Contracting Entities.
IV.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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/01/2020
Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement
It is proposed that these framework agreements will run for an initial period of 5 years, with the option to extend on an annual basis for a maximum further 3 years. TWUL does not propose to amend the scope of works across each of the lots as it moves from AMP7 to AMP8. TWUL reserves the right to extend individual lots within this framework agreement, where operational benefits exist for doing so. TWUL proposes that any extension will apply to all elements of the contract, including but not limited to price review mechanisms (subject to any approved variations).
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Ltd
Reading
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Thames Water Utilities Ltd 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 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 (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
Thames Water Utilities Ltd
Reading
UK
VI.5) Date of dispatch of this notice
09/01/2020