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

Water Wastewater and Ancillary Services 3

  • First published: 07 January 2024
  • Last modified: 07 January 2024

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:
ocds-h6vhtk-03ad62
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
07 January 2024
Deadline date:
05 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Water and Wastewater Services

The Supplier shall provide Water Supply and Wastewater (Sewerage) services to eligible non-

household customers in accordance with the Water Act 2014.

The Supplier shall be required to hold and maintain throughout the Framework Agreement and any Call Off Contracts, a valid Water Supply and Sewerage Licence granted by the The Economic Regulator of the Water Sector in England and Wales (Ofwat) in accordance with Section 1 of the Water Act 2014. The Supplier shall comply with the requirements of the associated Wholesale Retail Code and the Market Arrangement Code as specified by the Regulator Ofwat.

The Supplier shall be required to deliver associated services in connection with the supply of water and wastewater services as required by the Buyers at Call Off stage:

Account Management including customer service;

Billing;

Metering including, Meter Reading (Including acceptance of AMR reads),

Management of sites and meters (including new connections and switching);

Facilitate meter installation/removal/resizing/accuracy tests;

Data Management;

Roads and Property Drainage;

Sewerage services including Trade Effluent;

Emergency Contingency Planning;

24/7 Emergency support; and

Guaranteed standards of Service.

An e-auction may be used at Call Off Contract stage for Lot 1

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Water Wastewater and Ancillary Services 3

Reference number: RM6306

II.1.2) Main CPV code

65100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

We are running this competition using the ‘open procedure'. Crown Commercial Service (CCS) is seeking to establish a Framework Agreement to support delivery of Water, Wastewater and Ancillary Services. The duration of the Framework Agreement is for a four (4) year period. The Framework Agreement will be available for use by UK public sector bodies as described in the customer list.

The Framework consists of the following lots:

Lot 1 – Water and Waste Water Services

Lot 2 – Ancillary Services

Lot 3 – One Stop Shop (Combined Lot 1 and Lot 2 )

Bidders can bid for both Lot 1 and/or Lot 2.

Lot 3 will be formed upon award. Any bidder successfully awarded on both Lot 1 and Lot 2 combined will be awarded a place on Lot 3.

Suppliers will be required to provide the Deliverables (goods and services) set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

II.1.5) Estimated total value

Value excluding VAT: 2 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

CCS may award up to 3 Lots.

You can bid for both Lot 1 and/or Lot 2.

Lot 3 will be formed upon award. Any bidder successfully awarded both on Lot 1 and Lot 2 combined will be awarded a place on Lot 3.

II.2) Description

Lot No: 1

II.2.1) Title

Water and Wastewater

II.2.2) Additional CPV code(s)

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Water and Wastewater Services

The Supplier shall provide Water Supply and Wastewater (Sewerage) services to eligible non-

household customers in accordance with the Water Act 2014.

The Supplier shall be required to hold and maintain throughout the Framework Agreement and any Call Off Contracts, a valid Water Supply and Sewerage Licence granted by the The Economic Regulator of the Water Sector in England and Wales (Ofwat) in accordance with Section 1 of the Water Act 2014. The Supplier shall comply with the requirements of the associated Wholesale Retail Code and the Market Arrangement Code as specified by the Regulator Ofwat.

The Supplier shall be required to deliver associated services in connection with the supply of water and wastewater services as required by the Buyers at Call Off stage:

Account Management including customer service;

Billing;

Metering including, Meter Reading (Including acceptance of AMR reads),

Management of sites and meters (including new connections and switching);

Facilitate meter installation/removal/resizing/accuracy tests;

Data Management;

Roads and Property Drainage;

Sewerage services including Trade Effluent;

Emergency Contingency Planning;

24/7 Emergency support; and

Guaranteed standards of Service.

An e-auction may be used at Call Off Contract stage for Lot 1

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 1 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The number of Suppliers to be awarded a Framework Contract for this Lot is

20.

Lot No: 2

II.2.1) Title

Ancillary Services

II.2.2) Additional CPV code(s)

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Ancillary Services

The Supplier shall provide one (1) or more of the Ancillary Deliverables (goods and services) listed below. The Ancillary Services are pertaining to the management, conservation, reduction and data management of water consumption as requested by the Buyers in order to deliver efficiency, financial and consumption savings.

The Ancillary Services can include the requirement for purchase and installation of water management, water efficiency, water conservation or other water savings measures. These measures may include provision and installation of goods including new equipment optimisation of equipment (including existing equipment) and provision of related services.

Additional services may be required to improve the environmental conditions at Buyers sites.

The scope includes provision for the Supplier to offer its own or third party financing option on request by the Buyers, to support delivery of the Ancillary Deliverables (goods and services) listed below.

The Buyer may request Deliverables (goods and services) that are not listed below but fall within the scope of Ancillary Services. It is intended that the range of Ancillary Services will expand to meet the Buyers business needs as they develop their strategies. Initially the Framework Agreement will consist of the following nine

(9) Ancillary Services.

These Ancillary Deliverables (goods and services) are:

● Water Footprint assessment;

● Tariff optimisation and benchmarking;

● Water audit site surveys;

● Leak detection and repair;

● Contingency planning;

● Legionella Risk Assessments;

● Automated Meter Reading;

● Bill Validation; and

● Cost Recovery.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 500 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The number of Suppliers to be awarded a Framework Contract for this Lot is

40.

Lot No: 3

II.2.1) Title

One stop shop (Lot 1 and 2 combined)

II.2.2) Additional CPV code(s)

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

One Stop Shop - (Combined Lot 1 and 2) Services

The Suppliers for Lot 3 shall provide a combination of the Services outlined in both Lot 1 and Lot 2 as required by the Buyers. All Suppliers must be able to provide at least one (1) of the Services listed in the description for Lot 2.

The Buyer may request Deliverables (goods and services) that are not listed in the Lot 2 description but fall within the scope of Ancillary Services. It is intended that the range of Ancillary Services will expand to meet the Buyers business needs as they develop their strategies.

The Framework Agreement consists of nine (9) Ancillary Services listed in the Lot 2 description, but is not limited as new services will be integrated depending on the Buyer’s needs. Lot 3 will be formed upon award. Any bidder successfully awarded a place on both Lot 1 and Lot 2 will be awarded a place on Lot 3 One Stop Shop (Combined Lot 1 and Lot 2)

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 500 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The number of Suppliers to be awarded a Framework Contract for this Lot is

20.

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:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access

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.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-006064

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

Date: 05/02/2024

Local time: 15:00

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

Tender must be valid until: 19/07/2024

IV.2.7) Conditions for opening of tenders

Date: 05/02/2024

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/d9de5972-5841-4607-a8b7-40c3fcd25592

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

Minimum standards of reliability:

CCS may also assess whether the selection criteria (in respect of III.1.3

Technical and professional ability), as set out in the procurement documents,

is met on request from a buyer prior to the proposed conclusion of a call-off

contract with a value in excess of 20,000,000 GBP.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

05/01/2024

Coding

Commodity categories

ID Title Parent category
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
51514110 Installation services of machinery and apparatus for filtering or purifying water Installation services of miscellaneous general-purpose machinery
42912300 Machinery and apparatus for filtering or purifying water Liquid filtering or purifying machinery and apparatus
65130000 Operation of water supplies Water distribution and related services
45330000 Plumbing and sanitary works Building installation work
50411100 Repair and maintenance services of water meters Repair and maintenance services of measuring apparatus
44163140 Steam and water pipes Pipes and fittings
09320000 Steam, hot water and associated products Electricity, heating, solar and nuclear energy
65100000 Water distribution and related services Public utilities
39370000 Water installations Miscellaneous equipment
38421100 Water meters Flow-measuring equipment
24962000 Water-treatment chemicals Various chemical products

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:
supplier@crowncommercial.gov.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.