Nos complace anunciar que la nueva versión del portal TED se desplegará el 29 de enero de 2024 (fecha indicativa aún por confirmar). ¿Le interesa descubrir las nuevas funcionalidades, mejoras y repercusiones para los usuarios? Le invitamos a visitar nuestro artículo y a encontrar más información sobre los principales cambios y nuevas funcionalidades.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Servicios - 552849-2019

21/11/2019    S225

United Kingdom-Worthing: Public utilities

2019/S 225-552849

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Southern Water Services Ltd
Postal address: Southern House
Town: Worthing
NUTS code: UK UNITED KINGDOM
Postal code: BN13 3NX
Country: United Kingdom
Contact person: Andrew McDowell
E-mail: Andrew.Mcdowell@southernwater.co.uk
Telephone: +44 1903274444
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 abovementioned 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 abovementioned address
I.6)Main activity
Water

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Commercial Management Services

II.1.2)Main CPV code
65000000 Public utilities
II.1.3)Type of contract
Services
II.1.4)Short description:

The scope of this tender covers Southern Waters requirements for provision of AMP 7 commercial services to support the core commercial team in undertaking pre and post contract activity, and Southern Water's requirement for a packaged fully managed cost intelligence function.

The services will be tendered in 2 lots as described within tender documents.

Estimated contract value in 1.1 is for both lots, inclusive of extensions.

II.1.5)Estimated total value
Value excluding VAT: 22 000 000.00 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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 and Lot 2

II.2)Description
II.2.1)Title:

Cost Intelligence Managed Service Provision

Lot No: 1
II.2.2)Additional CPV code(s)
65000000 Public utilities
71240000 Architectural, engineering and planning services
71242000 Project and design preparation, estimation of costs
71244000 Calculation of costs, monitoring of costs
72310000 Data-processing services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
NUTS code: UKJ SOUTH EAST (ENGLAND)
II.2.4)Description of the procurement:

A fully integrated cost intelligence service provision to provide all 3 core components of the cost intelligence function including but not limited to:

— capital programme/scheme estimations – AMP7 BAU and AMP8 price review,

— capital programme cost performance measurement, cost modelling/analysis, cost change control modelling and general capital — — delivery team support activities,

— cost assurance of supply chain and SWS’s costs,

— external benchmarking of the SWS capital programme and its component elements,

— maintenance of cost libraries and cost curves at component, functional and process levels.

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
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:

Option to extend by up to 3 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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Commercial Management Services

Lot No: 2
II.2.2)Additional CPV code(s)
65000000 Public utilities
71322100 Quantity surveying services for civil engineering works
71324000 Quantity surveying services
72310000 Data-processing services
79212000 Auditing services
79994000 Contract administration services
II.2.3)Place of performance
NUTS code: UKJ SOUTH EAST (ENGLAND)
II.2.4)Description of the procurement:

To provide cost management support services including to the existing Southern Water Commercial Team.

Key strategic commercial resource provider and business advisor within the commercial management team.

As and when required Southern Water will require high quality professionals into the following posts:

— senior commercial manager,

— commercial manager,

— senior commercial specialist,

— commercial specialist.

However the service provider is expected to act as more than a means to access resource and must be a key commercial advisor to Southern Water bringing experience of innovative systems and practices, state of the art procedures and established approaches. Full details of requirements outlined in tender documents.

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
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:

Option to extend by up to 3 years after initial term.

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:

Shortlisted from PQQ based on:

— meeting minimum qualification criteria,

— thereafter shortlisted on technical scoring criteria.

As detailed in tender documents.

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
II.2.14)Additional information

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:

1) Evidence of suitable technical experience and competency and capacity to undertake services to this scale, as detailed within tender document;

2) Evidencing of minimum qualification criteria around:

— health and safety,

— financial standing and insurance,

— environmental and CSR,

— data protection and information security,

— agreement to sw required form of contract.

As detailed in tender documentation.

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.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:

Companies will be required to have turnover of 4x annual contract value, or provide guarantees to guarantee service continuity in event of company failure.

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

60 days payment terms.

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

SW are seeking to contract with a single economic entity for provision of services.

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.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/12/2019
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Southern Water Ltd
Town: Worthing
Country: United Kingdom
VI.5)Date of dispatch of this notice:
19/11/2019