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.

Prior Information Notice

Thames Water Strategic Resource Options (SRO) Partner Frameworks

  • First published: 19 May 2023
  • Last modified: 19 May 2023

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-03cda7
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
19 May 2023
Deadline date:
-
Notice type:
Prior Information Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Framework 1: TECHNICAL PARTNER (Ref. FA2050)

The duration of the Technical Partner (TP) framework will be up to 8 years and will cover the development phase through to the mobilisation of the Delivery Partner(s).

The TP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• General Technical Partner Support Services

• Engineering Services

• Environmental Services

• Planning Services

• Land Services

• Engagement Services

• Project Management, Programme, Risk and Cost Activities

• Consultation Response Analysis

• Events Management

Framework 2: PROGRAMME PARTNER (Ref. FA2051)

The duration of the Programme Partner (PP) framework will be up to 8 years and will cover development activities phase through to the mobilisation of Delivery Partner(s).

The PP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• Leadership and Engendering Collaboration across the Programme

• Project & Programme Performance Baselining and Reporting

• Cost Planning & Estimating

• Schedule Management, Planning Control and Outcome Modelling

• Risk Management

• Project Controls and Governance

• Procurement Support and Market Engagement

• Establishing and Assuring Contract Administration Processes,

• Development of Programme Management Methodology and Practice

• Information Management and Business Systems

• Project Assurance and Review

• Technical Controls and Advice

• Interface Management and Systems Integration

• Requirements Management

• Development of Delivery and Procurement Strategies

• Overall Team Performance

• Supporting the Establishment and Discharge of Third-Party Agreements

Important Additional Information

Additional supporting documents can be found on our eSourcing platform, IASTA SmartSource (IASTA). To access the project in IASTA please follow the instructions listed on https://www.thameswater.co.uk/procurement and use the following project details:

IASTA Project Name : SRO Partner Procurements

Details of Required Services - A further breakdown of the services required within the above listed categories can be found by accessing the document titled SRO Service Requirements in IASTA.

Expression of Interest - Whilst it is not a mandatory requirement for inclusion, we invite you to submit your expression of interest by using the Expression of Interest Form located in IASTA. Please submit your completed form via IASTA by 12 noon on 9th June 2023.

Full notice text

Periodic indicative notice – utilities

This notice is a periodic indicative notice only

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

02366661

Reading

RG1 8DB

UK

Contact person: Thames Water

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: www.thameswater.co.uk

I.3) Communication

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

www.thameswater.co.uk/procurement


Additional information can be obtained from the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Thames Water Strategic Resource Options (SRO) Partner Frameworks

II.1.2) Main CPV code

71800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Thames Water Utilities Ltd (TWUL) intends to establish new professional services frameworks to support its Strategic Resource Options (SRO) programme. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This PIN relates to Phase 1 only. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.

TWUL's current portfolio of SRO projects includes, but is not limited to, the South East Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/

This Prior Information Notice (PIN) is issued ahead of contract notices for the appointment of various partner opportunities, including but not limited to a Technical Partner (TP) and a Programme Partner (PP) to support TWUL's SROs. TWUL are issuing this PIN to provide potential bidders advanced notice of these procurement events. Each opportunity will be published under a separate contract notice.

TWUL intends to award the first work packages immediately following the appointment of framework suppliers.

II.1.5) Estimated total value

Value excluding VAT: 400 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

44160000

45112700

45113000

65000000

71200000

71300000

71400000

71800000

73220000

79400000

90713100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Framework 1: TECHNICAL PARTNER (Ref. FA2050)

The duration of the Technical Partner (TP) framework will be up to 8 years and will cover the development phase through to the mobilisation of the Delivery Partner(s).

The TP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• General Technical Partner Support Services

• Engineering Services

• Environmental Services

• Planning Services

• Land Services

• Engagement Services

• Project Management, Programme, Risk and Cost Activities

• Consultation Response Analysis

• Events Management

Framework 2: PROGRAMME PARTNER (Ref. FA2051)

The duration of the Programme Partner (PP) framework will be up to 8 years and will cover development activities phase through to the mobilisation of Delivery Partner(s).

The PP framework Scope is likely to comprise of, but is not limited to, the following high level service categories:

• Leadership and Engendering Collaboration across the Programme

• Project & Programme Performance Baselining and Reporting

• Cost Planning & Estimating

• Schedule Management, Planning Control and Outcome Modelling

• Risk Management

• Project Controls and Governance

• Procurement Support and Market Engagement

• Establishing and Assuring Contract Administration Processes,

• Development of Programme Management Methodology and Practice

• Information Management and Business Systems

• Project Assurance and Review

• Technical Controls and Advice

• Interface Management and Systems Integration

• Requirements Management

• Development of Delivery and Procurement Strategies

• Overall Team Performance

• Supporting the Establishment and Discharge of Third-Party Agreements

Important Additional Information

Additional supporting documents can be found on our eSourcing platform, IASTA SmartSource (IASTA). To access the project in IASTA please follow the instructions listed on https://www.thameswater.co.uk/procurement and use the following project details:

IASTA Project Name : SRO Partner Procurements

Details of Required Services - A further breakdown of the services required within the above listed categories can be found by accessing the document titled SRO Service Requirements in IASTA.

Expression of Interest - Whilst it is not a mandatory requirement for inclusion, we invite you to submit your expression of interest by using the Expression of Interest Form located in IASTA. Please submit your completed form via IASTA by 12 noon on 9th June 2023.

II.2.14) Additional information

TWUL appreciates that there may be suppliers that represent a scarce resource and is particularly concerned that these resources, in respect of certain SROs project opportunities described in this notice, should not:

• be subject to an exclusivity arrangement with an Applicant/Bidder in the procurement process to the detriment of competition; and

• be subject to sub-contract terms or obligations that threaten the ability of another Consultant to deliver its own contract.

Accordingly, during the procurement process, Applicants/Bidders are asked not to enter any exclusivity arrangements with a potential subcontractor or supplier.

If the Applicant/Bidder has doubts or uncertainties about whether any arrangements with other suppliers would be viewed as falling within the above categorisation, they should seek guidance from TWUL before entering any exclusivity arrangement with a subcontractor or supplier.

If despite this request an Applicant/Bidder enters an exclusive arrangement with a supplier, to the detriment of other Applicants/Bidders such that competition is adversely impacted, TWUL reserves the right to omit the procurement of these resources through the procurement process; to enter into arrangements directly with the relevant supplier; and to require the successful Applicant/Bidder to enter into subcontracts with the relevant supplier.

Applicants/Bidders who have concerns about the state of a market or who encounter difficulties engaging with suppliers for specific resources, should raise a query with TWUL as TWUL cannot deal with the issue if it is not disclosed.

TWUL reserves the right to procure any of the services listed below as separate contracts and/or frameworks as part of separate and independent procurement events.

TWUL is working with several partners, including other water companies to develop and deliver the SROs. Furthermore, depending on the commercial and procurement strategies for delivery of these projects, TWUL will reserve the right to novate contracts, subject to the Consultant's agreement, to partner organisations or delivery partners.

II.3) Estimated date of publication of contract notice:

30/06/2023

Section IV: Procedure

IV.1) Description

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.3) Additional information

This PIN is not a call for competition and any information in this PIN maybe subject to change prior to publication of the contract notice and associated procurement documents.

After publication of the Contract Notices, all interested parties will be required to participate in a Selection Process by completing and returning a Pre-Qualification Questionnaire (PQQ). The completed PQQ is used to determine which suppliers satisfy the selection criteria and who will progress to the next stage of the tender process. Individual Contract Notices, PQQ's and associated documents for these opportunities are planned to be issued in June 2023.

If you have any further questions, please email procurement.support.centre@thameswater.co.uk

VI.5) Date of dispatch of this notice

18/05/2023

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
90713100 Consulting services for water-supply and waste-water other than for construction Environmental issues consultancy services
73220000 Development consultancy services Research and development consultancy services
71300000 Engineering services Architectural, construction, engineering and inspection services
45112700 Landscaping work Excavating and earthmoving work
44160000 Pipeline, piping, pipes, casing, tubing and related items Construction materials and associated items
65000000 Public utilities Other Services
45113000 Siteworks Building demolition and wrecking work and earthmoving work
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services

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.