Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 2

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-039334
Common Procurement VocabularyArchitectural, engineering and surveying services
Procurement MethodNegotiated procedure with prior call for competition
Value£10,800,000
« Previous Page

South East

Category Services

Type

No. of Lots 2

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-039334
Common Procurement VocabularyArchitectural, engineering and surveying services
Procurement MethodNegotiated procedure with prior call for competition
Value£10,800,000

Section I: Contracting entity

I.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Contact

Gail Stanbridge

Email

gail.stanbridge [at] southernwater.co.uk

Telephone

+44 1903264444

Country

United Kingdom

NUTS code

UKJ - South East (England)

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/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://southernwater.bravosolution.co.uk/

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

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Southern Water S&I - Site Information & Conditional Surveys Framework

Reference number

Prj_3404

II.1.2) Main CPV code

  • 71250000 - Architectural, engineering and surveying services

II.1.3) Type of contract

Services

II.1.4) Short description

Area of interest is Topographical surveys, below ground assets- utility/services identification surveys, unmanned aerial vehicle surveys and above ground assets - point cloud surveys (laser / 3d surveys). Southern Water has carried out a Market Engagement exercise on the Site Information & Conditional Surveys and would now like to invite potential suppliers to respond to this opportunity.

This framework is broken down into two lots:

Lot 1 - Topographical and below ground surveys

Lot 2 - Unmanned Aerial Vehicle Surveys and Above Ground Surveys

II.1.5) Estimated total value

Value excluding VAT: £10,800,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Topographic surveys

Lot No

1

II.2.2) Additional CPV code(s)

  • 71351500 - Ground investigation services
  • 71351710 - Geophysical prospecting services
  • 71351810 - Topographical services
  • 90491000 - Sewer survey services

II.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

II.2.4) Description of the procurement

Topographic surveys

The topographic survey shall be carried out using ground survey methods. The requirements should also cover:

- Cabinet

- Kiosks

- Ground Profiles / cross-sections

- Schedule of Permanent Benchmarks used

- Schedule of Temporary Benchmarks used

- Schedule of Station Positions used

The surveys required for utilities are as followed below:

- Physical exposure / identification survey

- Geophysical survey

- Utility plotting from record data

- Desktop utility record search

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: £6,400,000

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

initial framework term of 4 years, with an option to extend each Contract / Framework at SWS’ discretion by a further period of up to 4 years in increments of 1 year, giving an overall term of 8 years (4 years +1+1+1+1).

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents.

Candidates will then be shortlisted on best technical score.

It is intended to take up to 9 highest scoring Tenderers from the PQQ stage

through to ITT per lot

II.2.10) Information about variants

Variants will be accepted: No

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

II.2) Description

II.2.1) Title

Aerial surveys

Lot No

2

II.2.2) Additional CPV code(s)

  • 60440000 - Aerial and related services
  • 71354200 - Aerial mapping services

II.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

II.2.4) Description of the procurement

Manned aerial surveys undertaken via conventional aircraft and unmanned aerial vehicle surveys (UAV); the latter referred to in some places as “drone” surveys. The intention is that data would be captured via photogrammetry, but LiDAR surveys may also be undertaken if they meet the project objectives and required accuracies.

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: £4,400,000

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

initial term of 4 years, with an option to extend each Contract / Framework at SWS’ discretion by a further period of up to 4 years in increments of 1 year, giving an overall term of 8 years (4 years +1+1+1+1).

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

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents.

Candidates will then be shortlisted on best technical score.

It is intended to take up to 9 highest scoring Tenderers from the PQQ stage

through to ITT per lot

II.2.10) Information about variants

Variants will be accepted: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Qualification requirements are detailed within the sourcing portal including:

III.1.2) Economic and financial standing

List and brief description of selection criteria

Southern Water is required by its investors to ensure that any key supplier has good economic and financial standing. A CreditSafe check will be used for this purpose, together with other background checks if needed, at the discretion of the Client. A Tenderer may be rejected if the recommended annual contract value for their company on CreditSafe is below the proposed annual value of the contract. The annual value of the contract is calculated by dividing the estimated total value by the initial period. Where a framework is tendered, the annual value would also be divided by the number of Service Providers expected to be appointed; this would not always be an equal division, as different lots may have different values.

If a bidder fails this test, and only publishes abridged accounts, Southern Water may allow the bidder to proceed. This would be on the basis of providing turnover data that satisfies the annual contract value accounting for less than a half of their annual turnover; and do not have an adverse risk score on CreditSafe. Alternatively, a Parent Company Guarantee or bank Guarantee may be accepted, however it would need to fulfil the above.

III.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Tenderers’ response to the PQQ will be scored in the order as outlined in the sourcing portal, with those sections marked as Pass/Fail where the Tenderer will either meet or fail to meet the minimum criteria. All prospective Tenderers are required to pass each question within the SWS PQQ response forms.

A full response to Qualification Envelope is required, except where indicated. Failure to respond fully to any required question in this section or not being able to meet the minimum requirement will result in the submission being non-compliant and being excluded from the process, except where the SWS Commercial Head determines that a genuine error has been made, and a correction may then be permitted.

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

Consortium proposed legal structure if the group of economic operators intends to form a named

single legal entity prior to signing a contract, if awarded. If you do not propose to form a single legal

entity, please explain the legal structure. Southern Water may require the consortium to assume a

specific legal form if awarded the contract, to the extent that it is necessary for the satisfactory

performance of the contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior 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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-036156

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

Date

1 August 2024

Local time

5:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 August 2024

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: 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 invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Framework will not exceed 8 years

Initial term 4 years

Extension term up to 4 x 1 year extension options

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the Jaggaer One e-procurement portal at:

https://southernwater.bravosolution.co.uk/

https://southernwater.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55495

Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information through the portal as follows:

i) Candidates should register on the Jaggaer One e-procurement portal at:

https://southernwater.bravosolution.co.uk/

ii) Once registered, candidates must express their interest as follows: a) login to the portal; b) select ‘View current opportunities and notices’; c) access the listing related to this framework d) click on Express Interest

button;

iii) Once you have expressed interest, please complete the PQQ. You must then publish your reply using the publish button;

iv) For any support in submitting your expression of interest please contact the eTendering help desk at. 0800 368 4850 or help [at] bravosolution.co.uk

CLOSING DATE FOR PQQ IS 29/07/2024

VI.4) Procedures for review

VI.4.1) Review body

Southern Water Services

Worthing

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Southern Water Services

Worthing

Country

United Kingdom