Tender

Supply of Water, Wastewater and Ancillary Services

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Tender

10 Dec 2016 at 10:37

Summary of the contracting process

The Crown Commercial Service is initiating a tender process for the "Supply of Water, Wastewater and Ancillary Services" under the framework of an open procurement method. This framework agreement is scheduled to span three years, commencing on 15 March 2017 and with an option to extend for an additional year. The tender period will close on 16 January 2017. This opportunity is part of the services industry, encompassing various lots including water supply, sewerage services, and ancillary services, tailored to be responsive to a wide range of delivery addresses across the United Kingdom and overseas territories.

This tender presents significant opportunities for businesses specialising in water supply, wastewater management, and associated services. Companies that can provide innovative solutions for water conservation, metering, and demand management are particularly well-suited to compete. Furthermore, small and medium-sized enterprises (SMEs) are encouraged to participate in this process, allowing them to expand their market reach within a diverse array of service users looking for reliable water and wastewater solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply of Water, Wastewater and Ancillary Services

Notice Description

Crown Commercial Service (CCS), as the Authority, intends to put in place a Framework Agreement for the supply of water and wastewater services including ancillary goods, works and services. The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year. The Framework Agreement will comprise of three (3) Lot's. - Lot 1 Water Supply and Sewerage Services, - Lot 2 Ancillary Services; and - Lot 3 One Stop Shop. Potential Providers have the opportunity to submit a Tender for all or any combination of the 3 Lots detailed above. This Framework Agreement will provide a greater degree of control and transparency of pricing; new connections and site-works; metering; demand side management and innovations delivering water conservation measures; Automatic Meter Reading; Water reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology). Please be advised that the Authority does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") to be an issue in respect of this Procurement at Framework Agreement Award Stage as services are not provided at this level. At the Call Off Contract stage, the Authority takes the view that TUPE is unlikely to apply. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply at the Call Off Contract stage and to act accordingly. Additional information: Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015, (implementing Title II, Chapter III, Section 3, Sub-section I of Directive 2014/24/EU), on the basis of information provided in response to an Invitation to Tender ("ITT"). This Procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, please go online to: https://gpsesourcing.cabinetoffice.gov.uk you can then access the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/ publications/esourcing-tool-guidance-for-suppliers Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to e-Sourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline Responses must be published by the date in IV.3.4 of the OJEU contract notice.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e13e1a85-9258-4ee5-ac6f-5a89e2023174
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c59acea1-e346-4bfb-8dbe-7f6b5483ad72
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

65 - Public utilities

71 - Architectural, construction, engineering and inspection services


CPV Codes

38421100 - Water meters

39370000 - Water installations

65100000 - Water distribution and related services

71800000 - Consulting services for water-supply and waste consultancy

Notice Value(s)

Tender Value
£960,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Dec 20169 years ago
Submission Deadline
16 Jan 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
15 Mar 2017 - 15 Mar 2020 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
0345 010 3503

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-e13e1a85-9258-4ee5-ac6f-5a89e2023174-2016-12-10T10:37:58Z",
    "date": "2016-12-10T10:37:58Z",
    "ocid": "ocds-b5fd17-e13e1a85-9258-4ee5-ac6f-5a89e2023174",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM3790",
        "title": "Supply of Water, Wastewater and Ancillary Services",
        "description": "Crown Commercial Service (CCS), as the Authority, intends to put in place a Framework Agreement for the supply of water and wastewater services including ancillary goods, works and services. The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year. The Framework Agreement will comprise of three (3) Lot's. - Lot 1 Water Supply and Sewerage Services, - Lot 2 Ancillary Services; and - Lot 3 One Stop Shop. Potential Providers have the opportunity to submit a Tender for all or any combination of the 3 Lots detailed above. This Framework Agreement will provide a greater degree of control and transparency of pricing; new connections and site-works; metering; demand side management and innovations delivering water conservation measures; Automatic Meter Reading; Water reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology). Please be advised that the Authority does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") to be an issue in respect of this Procurement at Framework Agreement Award Stage as services are not provided at this level. At the Call Off Contract stage, the Authority takes the view that TUPE is unlikely to apply. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply at the Call Off Contract stage and to act accordingly. Additional information: Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015, (implementing Title II, Chapter III, Section 3, Sub-section I of Directive 2014/24/EU), on the basis of information provided in response to an Invitation to Tender (\"ITT\"). This Procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, please go online to: https://gpsesourcing.cabinetoffice.gov.uk you can then access the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/ publications/esourcing-tool-guidance-for-suppliers Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to e-Sourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline Responses must be published by the date in IV.3.4 of the OJEU contract notice.",
        "datePublished": "2016-12-10T10:37:58Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "38421100",
            "description": "Water meters"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "39370000",
                "description": "Water installations"
            },
            {
                "scheme": "CPV",
                "id": "65100000",
                "description": "Water distribution and related services"
            },
            {
                "scheme": "CPV",
                "id": "71800000",
                "description": "Consulting services for water-supply and waste consultancy"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 960000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-01-16T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-03-15T00:00:00Z",
            "endDate": "2020-03-15T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c59acea1-e346-4bfb-8dbe-7f6b5483ad72",
                "datePublished": "2016-12-10T10:37:58Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "bidders",
                "description": "2016-OJS238-434560-en",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b345f191-0bd7-469b-9c62-b22fadcd2b09",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Attachment 1 - Invitation to Tender Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/89e3a5ff-ae13-4ef5-ab83-87b32f9caeb5",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Attachment 2 - Participation Requirements and Selection Questionnaire and Guidance Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0895eb93-51ce-4c11-85d9-c6947b9d593a",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Attachment 3 - Award Questionnaire Response Guidance, Evaluation and Marking Scheme - Version 1 (20)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1f48194a-8ecb-41bd-b24e-4c9273c12eb9",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "Attachment 4 - Framework Agreement Version 1.docx",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4abe2864-251c-45cc-8a74-d61cc4dac5b8",
                "format": "application/pdf"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "Attachment 5 - Framework Agreement Schedule 2 Part A Services - Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/222bcd2b-7dfe-4d8f-812f-31d3e448684a",
                "format": "application/pdf"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "Attachment 6 - Pricing Matrix Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5dd048f1-55c1-4ca8-b9e2-94eb58414d7f",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "Attachment 8 - Terms of Participation Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f0465dee-5f9e-41d3-b073-8e5ebda6dee1",
                "format": "application/pdf"
            },
            {
                "id": "10",
                "documentType": "tenderNotice",
                "description": "Attachment 9 - Declaration of Compliance Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/80806f80-25b8-4cf7-bc42-dd263660af3a",
                "format": "application/pdf"
            },
            {
                "id": "11",
                "documentType": "tenderNotice",
                "description": "Attachment 10 - Framework Population Template Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/df9a9ef1-860d-4434-a870-271df3620452",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "12",
                "documentType": "tenderNotice",
                "description": "Attachment 11 - Management Information Template Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/19ffb0b8-e9ad-474c-afe7-0c2fd9d9fb8f",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "13",
                "documentType": "tenderNotice",
                "description": "Attachment 12 - Financial Assessment Template Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1f0f2b58-33a2-41bc-93c5-307f2bdd5806",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "14",
                "documentType": "tenderNotice",
                "description": "Attachment 13 - Supplier Guidance - Version 1",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/30e953b4-3d6c-494c-98cc-1b6d583955f9",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "0345 010 3503"
            },
            "details": {
                "url": "http://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}