Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

AMP7 Delivery Partner — Programme Management Office (PMO)

  • First published: 10 January 2020
  • Last modified: 10 January 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
10 January 2020
Deadline date:
27 January 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45240000 Construction work for water projects Works for complete or part construction and civil engineering work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.