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

Civils & EMI Capital Delivery Partners (Target Cost Contracts).

  • First published: 11 July 2014
  • Last modified: 11 July 2014

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:
Wessex Water Services Ltd
Authority ID:
AA22015
Publication date:
11 July 2014
Deadline date:
14 August 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provision of Civils and EMI (Electrical, Mechanical and Instrumentation) works, including associated works, related to water and waste water treatment works and above and below ground distribution networks and infrastructure.

The estimated value (excluding VAT) for AMP6 is GBP 350,000,000. The value for the AMP7 period is not yet known.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Wessex Water Services Limited

Claverton Down Road

Bath

BA2 7WW

UK

Stuart Sutton

+44 1225526252

amp.procurement@wessexwater.co.uk


www.wessexwater.co.uk

as above

www.wessexwater.co.uk/contractorpqq
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Civils & EMI Capital Delivery Partners (Target Cost Contracts).

II.1.2(a))

Type of works contract

Checked box Unchecked box
Unchecked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Site or location of works, place of delivery or performance

Throughout the Wessex Water region as detailed in the PQQ.


NUTS Code UKK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

12

Duration of the framework agreement

10

Estimated total value of purchases for the entire duration of the framework agreement

Frequency of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The provision of Civils and EMI (Electrical, Mechanical and Instrumentation) works, including associated works, related to water and waste water treatment works and above and below ground distribution networks and infrastructure.

The estimated value (excluding VAT) for AMP6 is GBP 350,000,000. The value for the AMP7 period is not yet known.

II.1.6)

Common Procurement Vocabulary (CPV)

45240000
45231100
45231300
45232100
45232151
45232400
45252126
45252127
50500000
51100000
45259000
45350000
51120000
45310000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Wessex Water seeks Capital Delivery Partners to assist in the delivery of Civils and Electrical, Mechanical & Instrumentation (EMI) elements of its Capital Investment and Capital Maintenance Programme (with a greater emphasis on Capital Maintenance work than in previous Asset Management Programmes (AMP)). These will be for AMP6 running 1.4.2015 to 31.3.2020 with the opportunity to continue through to AMP7, which ends in 2025 (this will be dependent upon performance and subject to the AMP7 determination). These works will involve elements of early involvement with the internal design team or design consultants during optioning and design stages.

The works will include the construction of new assets and the refurbishment, modifications to and maintenance of existing assets associated with water and waste water treatment works and above and below ground distribution networks and infrastructure.

Following the success of the AMP5 delivery process elements of these Programmes will be procured under the NEC3 ECC Option C Target Cost contract conditions (with additions and modifications to the clauses) via the Framework Agreements let as a result of this process.

Applicants may apply to provide Civils works (Lot 1) and/or EMI works (Lot 2). Where both Lots have been applied for the applicant may be awarded one or both Lots. Wessex Water may choose to combine Lots subject to the responses received following the invitation to tender where this offers economic advantage.

II.2.2)

Options

The initial award period shall be for 5 years to cover the AMP6 period. There shall be an option to extend all or part of the Framework Agreements for a further period of up to 5 years to cover all or part of the AMP7 period.

Provisional timetable for recourse to these options

60

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

Successful contractors with a Parent Company shall be required to sign a Parent Company Guarantee guaranteeing all contracts performed by the contractor under the Framework Agreement (further details will be provided in the Invitation To Tender (ITT) document).

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Detail will be provided in the ITT document.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

In the event of a consortium applying, Wessex Water requires a lead contractor and the contractors to accept joint and several liability. The consortium will be required to form a legal entity before entering into a Framework Agreement should it be successful. The Framework Agreement shall be awarded to the consortium legal entity not the lead contractor.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Wessex Water will develop a suite of Key Performance Indicators (KPI's) based around measures including Safety, Quality, Time and Cost. The performance of each Capital Delivery Partner shall be assessed against these measures.

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


The applicant must express their interest by downloading the Pre-Qualification Questionnaire (PQQ) from www.wessexwater.co.uk/contractorpqq then respond to the questions and submit (including all required supporting documentation) by email to amp.procurement@wessexwater.co.uk or via CD. The applicant must carefully read the instructions in the PQQ and ensure compliance with the requirements stated therein.

Responses to the PQQ shall be assessed and used to shortlist applicants who will be invited to tender. It is envisaged that no more than 15 applicants for each Lot will be shortlisted.

Those applicants invited to tender will be required to sign and return a Wessex Water confidentiality agreement prior to the issue of tender documentation.

III.2.2)

Economic and financial capacity


The applicant must meet the conditions as stated in the PQQ and ITT documents.


III.2.3)

Technical capacity


The applicant must meet the conditions as stated in the PQQ and ITT documents.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for executing the contract?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

CDP-CEMI-TC-2014

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents

 08-08-2014  14:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 14-08-2014  14:00

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up


IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The applicant must express their interest by downloading the Pre-Qualification Questionnaire (PQQ) from www.wessexwater.co.uk/contractorpqq then respond to the questions and submit (including all required supporting documentation) by email to amp.procurement@wessexwater.co.uk or via CD. The applicant must carefully read the instructions in the PQQ and ensure compliance with the requirements stated therein.

Any questions the contractor has in relation to this process or PQQ must be emailed to amp.procurement@wessexwater.co.uk

Those applicants invited to tender will be required to sign and return a Wessex Water confidentiality agreement prior to the issue of tender documentation.

Agreements and contracts will be made under the laws of England.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Stuart Sutton

As stated in Section I.I.1 above







Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


Wessex Water Services 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 2006 (SI 2006 No 6) as amended 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).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 09-07-2014

ANNEX B

Information About Lots

1     Civils works

1)

Short Description

The provision of Civils works, including associated works, related to water and waste water treatment works and above and below ground distribution networks and infrastructure.

2)

Common Procurement Vocabulary (CPV)

45240000
45231100
45231300
45232100
45232151
45232400
45252126
45252127

3)

Quantity or scope

There will be up to 6 Capital Delivery Partners awarded per lot. Applicants are permitted to apply for 1 or both lots.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     EMI works

1)

Short Description

The provision of EMI works, including associated works, related to water and waste water treatment works and above and below ground distribution networks and infrastructure.

2)

Common Procurement Vocabulary (CPV)

45350000
51120000
50500000
51100000
45259000
45310000

3)

Quantity or scope

There will be up to 6 Capital Delivery Partners awarded per lot. Applicants are permitted to apply for 1 or both lots.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
45232100 Ancillary works for water pipelines Ancillary works for pipelines and cables
45231300 Construction work for water and sewage pipelines Construction work for pipelines, communication and power lines
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45252126 Drinking-water treatment plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45310000 Electrical installation work Building installation work
45231100 General construction work for pipelines Construction work for pipelines, communication and power lines
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51120000 Installation services of mechanical equipment Installation services of electrical and mechanical equipment
45350000 Mechanical installations Building installation work
45259000 Repair and maintenance of plant Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
45232400 Sewer construction work Ancillary works for pipelines and cables
45252127 Wastewater treatment plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45232151 Water-main refurbishment construction work Ancillary works for pipelines and cables

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:
N/a
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.