Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

South East

Category Works

Type

No. of Lots 2

Status Active

Published 3rd May 2024

Tender Details
Referenceocds-h6vhtk-04572e
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodNegotiated procedure with prior call for competition
Value£136,500,000
« Previous Page

South East

Category Works

Type

No. of Lots 2

Status Active

Published 3rd May 2024

Tender Details
Referenceocds-h6vhtk-04572e
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodNegotiated procedure with prior call for competition
Value£136,500,000

Section I: Contracting entity

I.1) Name and addresses

Portsmouth Water Limited

PO Box 8, West Street

Havant

PO9 1LG

Contact

Frances Hallworth

Email

Frances.hallworth [at] portsmouthwater.co.uk

Telephone

+44 2392499888

Country

United Kingdom

NUTS code

UKJ31 - Portsmouth

National registration number

02536455

Internet address(es)

Main address

http://www.portsmouthwater.co.uk/

Buyer's address

http://www.portsmouthwater.co.uk/

I.3) Communication

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

https://Portsmouthwater.delta-esourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://Portsmouthwater.delta-esourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Infrastructure Term Service Contract and Smart Water Meter Installation

II.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

II.1.3) Type of contract

Works

II.1.4) Short description

This procurement is to provide works to cover the following: Lot A Contract: Infrastructure Term Service Contract - includes water mains renewals and replacement, new water mains, service pipes and connections, water mains extensions and diversions, water mains repair and maintenance, and Smart Water Meter installation. Lot B Contract: Smart Water Meter Installation - includes Smart Water Meter installation and commissioning, including deployment planning and delivery, strategic planning, and Smart Water Meter installation and commissioning. Both lots will require the Contractor to provide programme planning, planning and scheduling of work, traffic management and street works compliance, and customer engagement, liaison and communication services throughout the life of the contract. The Contractors will be required to work in collaboration with Portsmouth Water, per other lots, and the Smart Asset, Network and Data Services supplier which is the subject of a separate procurement.

II.1.5) Estimated total value

Value excluding VAT: £136,500,000

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: 2

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

Both Lots A and B may be awarded to a single supplier, or

Lot A may be awarded to one supplier, and Lot B may be awarded to another supplier in accordance with the criteria specified in the procurement documents.

II.2) Description

II.2.1) Title

Infrastructure Term Service Contract - water mains renewals, extensions, repair and maintenance

Lot No

A

II.2.2) Additional CPV code(s)

  • 39370000 - Water installations
  • 44161200 - Water mains
  • 45232100 - Ancillary works for water pipelines
  • 45232150 - Works related to water-distribution pipelines
  • 45232151 - Water-main refurbishment construction work
  • 45240000 - Construction work for water projects

II.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
  • UKJ - South East (England)
Main site or place of performance

Portsmouth,SOUTH EAST (ENGLAND)

II.2.4) Description of the procurement

The Lot A Contract procurement is to provide Portsmouth Water with infrastructure works which consists of water mains renewals and replacements, new water mains, service pipes and connections, water mains extensions and diversions, water mains repair and maintenance, and Smart Water Meter installations. For further details of the works to be provided, organisations are referred to the outline Scope of Services issued as part of the SQ documents. The Contract is expected to start in 2025 and will be for a period of 5 years with the option to extend by a further 5 years at Portsmouth Water’s discretion.

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: £75,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial term of the contract is 5 years (60 months), with an optional extension period of up to a further 5 years (60 months). The optional extension will be at Portsmouth Waters discretion and will be dependent on the volume and throughput of work available, and Contractor performance.

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

Envisaged minimum number: 3

Maximum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract may be extended up to a further period of 5 years as detailed in the draft Contract included in the SQ documents.

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

Lot No. 1 also referred to as Lot A.

II.2) Description

II.2.1) Title

Smart Water Meter Installation

Lot No

B

II.2.2) Additional CPV code(s)

  • 51100000 - Installation services of electrical and mechanical equipment
  • 38421100 - Water meters
  • 45240000 - Construction work for water projects
  • 45232100 - Ancillary works for water pipelines

II.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
  • UKJ - South East (England)
Main site or place of performance

Portsmouth,SOUTH EAST (ENGLAND)

II.2.4) Description of the procurement

Lot B Contract procurement is to provide Portsmouth Water with Smart Water Meter installation and commissioning services and will include strategic programme planning, and the planning and scheduling of Smart Water Meter installation. The Contractor must have previous experience of installing water meters in the UK and experience in handling electronic installations securely and compliantly at scale. The Contractor will be required to work in collaboration with the Lot A contractor and Portsmouth Water’s Smart Meter Asset, Network and Data Services supplier, which is the subject of a separate procurement. For further details of the services and work to be provided, organisations are referred to the outline Scope of Services issued as part of the SQ documents. The Contract is expected to start in 2025 and will be for a period of 5 years with the option to extend by a further 5 years at Portsmouth Water’s discretion.

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: £61,500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial term of the contract is 5 years (60 months), with an optional extension period of up to a further 5 years (60 months). The optional extension at Portsmouth Waters discretion and will be dependent on the volume and throughput of work available, and Contractor performance.

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

Envisaged minimum number: 3

Maximum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract may be extended up to a further period of 5 years as detailed in the draft Contract included in the SQ documents.

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


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.1.6) Deposits and guarantees required

The economic and financial standing requirements of the SQ may require candidates to provide further financial information and Portsmouth Water reserves the right to require a parent company guarantee. Collateral warranties and other forms of security will be required as appropriate.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Portsmouth Water will accept expressions of interest and Tenders from single entities or consortia. Consortia are not required to form a single legal entity. Portsmouth Water will consider contracting with a consortium, providing always that the participants assume joint and several liability for all of the obligations of the consortium under the Contract. Further details and requirements will be provided in the procurement documentation.

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

3 June 2024

Local time

11:00am

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 10 years for Lot A only

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. This procurement process is being conducted in successive stages and only those organisations which are successful and shortlisted at selection-stage will be invited to submit an initial tender. Interested organisations must complete and submit a completed Selection Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. Other than the Selection Questionnaire Pack and Selection Questionnaire, the procurement documents published at the date of this Notice are in draft form, and Portsmouth Water reserves the right to amend, augment and supplement any document. Portsmouth Water reserves the right at any time to cease the procurement process and not award any contract or to award only part of the opportunities described in this Notice. If Portsmouth Water takes up this right, then it will not be responsible for or required to pay the expenses or losses, which may be incurred by any organisation or Tenderer resulting therefrom. Except for the Contracts (if any) concluded with the successful Tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Portsmouth Water and any Candidate or Tenderer. Portsmouth Water intends to select approximately 4 Candidates for each Lot to proceed to the next stage of the procurement. However, it reserves the right to select or negotiate with fewer if there are fewer suitable candidates or compliant bids, or more if necessary to ensure meaningful competition. Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria specified in the ITT. It reserves the right at any time to close negotiations and award the Contract. Portsmouth Water undertakes to hold confidential any information provided in the proposal submitted, subject to its obligations under the law including Environmental Information Regulations and the UK GDPR. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity, then this should be stated with the reason for considering it commercially sensitive. Portsmouth Water will then endeavour to consult with the Applicant about such commercially sensitive information when considering any request for information (e.g. under the EIR), before replying to such a request. Portsmouth Water reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet its requirements and remain financially viable to fulfil the requirements under the proposed contract.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Works-for-complete-or-part-construction-and-civil-engineering-work./47869X8B86

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/47869X8B86

GO Reference: GO-202453-PRO-25945024

VI.4) Procedures for review

VI.4.1) Review body

High Court

The Strand, United Kingdom

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Portsmouth Water will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Utilities Contracts Regulations 2016 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above Regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting entity to amend any document and may award damages. If a Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.

VI.4.4) Service from which information about the review procedure may be obtained

High Court

The Strand, United Kingdom

London

WC2A 2LL

Country

United Kingdom