II.2.2) Cod(au) CPV ychwanegol
71210000
71241000
71242000
71244000
71245000
71300000
71420000
71500000
71800000
72220000
79415200
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Whole of the UK
II.2.4) Disgrifiad o’r caffaeliad
II.2.4) Description of the procurement:
(nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only - state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those)
Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Programme Partners (PP) Framework
TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast 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/
TWUL intends to establish a PP Framework primarily to support its SRO Program. 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 procurement is for the PP Framework only and relates to Phase 1 of the procurement strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.
The successful tenderers will interface with several other partners that will be procured separately to support the SRO Programme as it develops.
TWUL are looking for leading expertise within the key disciplines outlined below to accelerate the delivery and management of this high-profile programme. The PP will need to demonstrate extensive experience in programme management to enable it to support and management across the SRO portfolio which will include large complex infrastructure schemes being progressed under the current UK planning environment. The PP role includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting Clients and managing programmes of work (in this case the delivery of large pipelines, reservoirs, water recycling and transfer facilities). Furthermore, the PP will need to provide programme management and controls expertise to oversee and advise up all aspects of preliminary design and the pre application engagement with the Planning Inspectorate and to assist with the development / management of planning applications (likely to be a Development Consent Order (DCO)) including assisting with stakeholder engagement and all elements of the pre consultation and planning application processes. The PP framework agreement will be awarded under the NEC4 Professional Services Contract Option E with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E.
TWUL intends to award the first work package from the PP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a Programme Partner to one or multiple SRO projects will be for the duration of that particular scheme. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Programme Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the framework compete for the role of Programme Partner via an initial mini competition and that subject to the successful party's performance, capability and capacity, it will remain the Programme Partner for the scope of services that was competed.
Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and operation of the resulting call off contract(s).
The duration of the PP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful PP at call-off will cover the development phase into the mobilisation of the future Delivery Partner(s) in the detailed design and construction phase.
The PP framework scope is likely to comprise of, but is not limited to, the following high level service categories:
• General Programme Partner Support Services
• Cost Planning & Estimating,
• Schedule Management,
• Risk Management,
• Procurement support & market engagement,
• Assuring Contract Administration
• Development of Programme Management Methodology and Practice
• Information Management and business systems
• Project Assurance and review
• Technical controls
• Interface management
• Requirements management
• Business case development
• Team performance
• Third Party Agreements
TWUL reserves the right to procure any of the services listed above as separate contracts and/or frameworks as part of separate and independent procurements.
TWUL appreciates that there may be a limited pool of suppliers for certain elements of the scope and is particularly concerned that these resources should not; be subject to an exclusivity arrangement with an Applicant/Tenderers 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(s) to deliver its own Contract. Accordingly, during the procurement process, Applicants/Tenderers are asked not to enter into any exclusivity arrangements with a potential Subcontractor or supplier. Furthermore, Applicants/Tenderers are reminded that should they be using the same supply chain or are involved in more than one bidding consortia they must be mindful of their obligation to ensure that each tender is prepared and submitted without any direct or indirect coordination between suppliers.
The Applicant should remind its supply chain that if a supply chain member is involved with more than one Applicant the supply chain member must ensure that each response is prepared and submitted without any direct or indirect coordination between Applicants.
If the Applicants/Tenderers are uncertain about whether any arrangements with any other sub-contractor/suppliers would be viewed as falling within the above categorisation, they should seek guidance from TWUL.
If despite this request an Applicants/Tenderers enters an exclusive arrangement with a supplier, to the detriment of other Applicants/Tenderers 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 sub-contractor/supplier; and to require the successful Applicants/Tenderers to enter into subcontracts with the relevant supplier.
Applicants/Tenderers who have concerns about this issue 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 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 may transfer or novate the benefit and the burden of call-off contracts made under this Framework Agreement:
*to any funder, security trustee or security holder without the consent of the Consultant; and
*to any other person with the consent of the Consultant, such consent not to be unreasonably withheld or delayed;
All interested parties who wish to compete for this opportunity are required to complete and return a Pre-Qualification questionnaire. The completed PQQ is used to determine which applicants best satisfy the selection criteria and who will progress to the next stage of the procurement process.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 150 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Thames Water envisages that the Framework Agreement will be renewed after the Initial Term of 3 years and that the renewal may be on one or more occasions by Thames Water giving not less than one month's notice to the Consultant.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 3
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
This Framework Agreement shall come into force the Commencement Date and shall (except as expressly provided otherwise in this Framework Agreement) continue in force for a period of 3 years (the "Initial Term"). The Client shall be entitled, at its option to extend this Framework Agreement, on one or more occasions by giving not less than one month's notice to the Consultants prior to the expiry of the Initial Term or the expiry of any extension as the case may be, provided that the duration of this Framework Agreement shall not exceed 8 years unless otherwise agreed in writing by the Parties and provided that eight (8) years shall only be exceeded in exceptional circumstances duly justified.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na