Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Southern Water Services Ltd
Southern House
Worthing
BN13 3NX
UK
Telephone: +44 1903274444
E-mail: richard.struthers@southernwater.co.uk
NUTS: UK
Internet address(es)
Main address: www.southernwater.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://southernwater.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://southernwater.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://southernwater.bravosolution.co.uk/web/login.html
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
15000000
II.1.2) Main CPV code
79000000
II.1.3) Type of contract
Services
II.1.4) Short description
The scope of this ITT covers the Wastewater Investigation requirements to identify and propose actions to manage risks to the environment from Southern Water assets.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
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: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
— WFD chemicals investigations,
— WFD flow investigations,
— CSO spilling investigations,
— wastewater quality investigations,
— coastal investigations.
II.2) Description
Lot No: 1. Coastal investigations
II.2.2) Additional CPV code(s)
79000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
To establish cause and effect relationships between water company assets and environmental standards including options appraisal.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Up to 4 years.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 2. Wastewater Quality Investigations
II.2.2) Additional CPV code(s)
79000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
To establish cause and effect relationships between water company assets and environmental standards including options appraisal.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Up to 4 years.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 3. WFD Chemicals Investigations
II.2.2) Additional CPV code(s)
79000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Investigation, monitoring and analysis for chemicals and metals at wastewater treatment works and in the environment.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Up to 4 years.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 4. WFD Flow Monitoring Investigations
II.2.2) Additional CPV code(s)
79000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
To confirm whether existing MCERTS flow monitors can be used to determine FFT compliance.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Up to 4 years.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: Lot 5. WFD CSO Spilling Investigations
II.2.2) Additional CPV code(s)
79000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
To determine frequency and impact of frequently spilling overflows on riverine and TRAC waterbodies.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Up to 4 years.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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: 15
IV.1.6) Information about electronic auction
An electronic auction will be used
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:
10/09/2019
Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
09/08/2019
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: 6 (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.4) Procedures for review
VI.4.1) Review body
Southern Water Ltd
Worthing
UK
VI.4.2) Body responsible for mediation procedures
Southern Water Ltd
Worthing
UK
VI.5) Date of dispatch of this notice
27/06/2019