Notice Information
Notice Title
Strategic Resource Options: Technical Partners (TP) Framework
Notice Description
Thames Water Utilities Limited (TWUL) sought Technical Partners to support the delivery of its Strategic Resource Options Programme. This is the first phase of a longer-term strategy to establish the professional services supply chain that TWUL needs to support its wider business. 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/
Lot Information
Lot 1
Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Technical Partners (TP) 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 has established a TP framework reference FA2050 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 was for the TP Framework only and relates to Phase 1 of the strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice. The three consortia appointed to the framework are: Ove Arup & Partners Ltd & Binnies UK Ltd (JV1) AtkinsRealis UK Ltd & Stantec UK Limited (JV2) Jacobs U.K. Limited & Mott MacDonald Limited (JV3) The successful TP Consultants will interface with several other partners that are in the process of being procured separately to support the SRO Programme as it develops. TWUL procured leading expertise within the key disciplines outlined below to accelerate the delivery of this high-profile programme. The TP will need to demonstrate extensive experience in the development and support the delivery of large complex infrastructure schemes in the current UK planning environment. This includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting the delivery of large pipelines, reservoirs, water recycling and transfer facilities. Furthermore, the TP will need to provide technical expertise to manage all aspects of preliminary design and managing the pre application engagement with the Planning Inspectorate and develop/manage the planning application (likely to be a Development Consent Order (DCO)) including stakeholder engagement and all elements of the pre consultation and planning application processes. The TP framework agreement has been 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 TP framework agreement immediately following the appointment of framework suppliers and are preparing for the tender launch shortly It is our intention that appointment as a technical partner to one or multiple SRO projects will be for the duration of that particular project. 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 Technical 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 TP for a specific project via an initial mini competition and that subject to performance, capability and capacity, the successful party will be the technical partner for the duration of the particular project. 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 TP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful TP 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 TP framework scope comprises, but is not limited to, the following high level service categories: * General Technical Partner Support Services * Engineering and Design Services * Environmental Services * Planning Services * Land Services * Engagement Services * Project Management, Program, Risk and Cost Activities * Consultation Response Analysis * Events Management 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 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;
Options: This Framework Agreement shall come into force on 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"). TWUL 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 a maximum duration of 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.
Renewal: 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 by giving not less than one months notice to the Consultants.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03cda7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008626-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
65000000 - Public utilities
71200000 - Architectural and related services
71300000 - Engineering services
71400000 - Urban planning and landscape architectural services
71500000 - Construction-related services
71800000 - Consulting services for water-supply and waste consultancy
73220000 - Development consultancy services
79400000 - Business and management consultancy and related services
90713100 - Consulting services for water-supply and waste-water other than for construction
Notice Value(s)
- Tender Value
- £300,000,000 £100M-£1B
- Lots Value
- £300,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Mar 20241 years ago
- Submission Deadline
- 28 Jul 2023Expired
- Future Notice Date
- 29 Jun 2023Expired
- Award Date
- 8 Feb 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THAMES WATER UTILITIES LIMITED
- Contact Name
- Thames Water
- Contact Email
- procurement.support.centre@thameswater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING
- Postcode
- RG1 8DB
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ16 Berkshire West
- Delivery Location
- Not specified
-
- Local Authority
- Reading
- Electoral Ward
- Thames
- Westminster Constituency
- Reading Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-03cda7-2024-03-18T12:01:07Z",
"date": "2024-03-18T12:01:07Z",
"ocid": "ocds-h6vhtk-03cda7",
"description": "Note that the TP's client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure. The Framework Agreement and associated call-off contracts will be governed by the Law of England and Wales.",
"initiationType": "tender",
"tender": {
"id": "FA2050",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Strategic Resource Options: Technical Partners (TP) Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
"mainProcurementCategory": "services",
"description": "Thames Water Utilities Limited (TWUL) sought Technical Partners to support the delivery of its Strategic Resource Options Programme. This is the first phase of a longer-term strategy to establish the professional services supply chain that TWUL needs to support its wider business. 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/",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Technical Partners (TP) 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 has established a TP framework reference FA2050 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 was for the TP Framework only and relates to Phase 1 of the strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice. The three consortia appointed to the framework are: Ove Arup & Partners Ltd & Binnies UK Ltd (JV1) AtkinsRealis UK Ltd & Stantec UK Limited (JV2) Jacobs U.K. Limited & Mott MacDonald Limited (JV3) The successful TP Consultants will interface with several other partners that are in the process of being procured separately to support the SRO Programme as it develops. TWUL procured leading expertise within the key disciplines outlined below to accelerate the delivery of this high-profile programme. The TP will need to demonstrate extensive experience in the development and support the delivery of large complex infrastructure schemes in the current UK planning environment. This includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting the delivery of large pipelines, reservoirs, water recycling and transfer facilities. Furthermore, the TP will need to provide technical expertise to manage all aspects of preliminary design and managing the pre application engagement with the Planning Inspectorate and develop/manage the planning application (likely to be a Development Consent Order (DCO)) including stakeholder engagement and all elements of the pre consultation and planning application processes. The TP framework agreement has been 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 TP framework agreement immediately following the appointment of framework suppliers and are preparing for the tender launch shortly It is our intention that appointment as a technical partner to one or multiple SRO projects will be for the duration of that particular project. 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 Technical 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 TP for a specific project via an initial mini competition and that subject to performance, capability and capacity, the successful party will be the technical partner for the duration of the particular project. 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 TP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful TP 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 TP framework scope comprises, but is not limited to, the following high level service categories: * General Technical Partner Support Services * Engineering and Design Services * Environmental Services * Planning Services * Land Services * Engagement Services * Project Management, Program, Risk and Cost Activities * Consultation Response Analysis * Events Management 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 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;",
"status": "cancelled",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "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 by giving not less than one months notice to the Consultants."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This Framework Agreement shall come into force on 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\"). TWUL 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 a maximum duration of 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."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "65000000",
"description": "Public utilities"
},
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "90713100",
"description": "Consulting services for water-supply and waste-water other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "UK: United Kingdom."
}
}
],
"communication": {
"futureNoticeDate": "2023-06-30T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"depositsGuarantees": "Bonds and/or parent company guarantees or equivalent forms of performance and financial standing securities may be required.",
"bidValidityPeriod": {
"durationInDays": 180
}
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As detailed in VI.3 and the PQQ.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "As detailed in VI.3 and the PQQ."
},
"contractTerms": {
"financialTerms": "As detailed in the ITN.",
"tendererLegalForm": "Consortia may be required to form a legal entity prior to any award.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"periodRationale": "N/A"
}
},
"secondStage": {
"successiveReduction": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-07-28T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Thames Water Utilities Limited has undertaken a standstill period at the point that information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which was for a minimum of 10 calendar days, concluded successfully without any challenge. The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)."
},
"parties": [
{
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED",
"id": "02366661",
"scheme": "GB-COH"
},
"address": {
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG18DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thames Water",
"email": "procurement.support.centre@thameswater.co.uk",
"url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.thameswater.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-21103",
"name": "Thames Water Utilities Limited",
"identifier": {
"legalName": "Thames Water Utilities Limited"
},
"address": {
"locality": "Reading",
"postalCode": "RG1 8DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement.support.centre@thameswater.co.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-1312453",
"name": "Ove Arup & Partners Ltd (JV1)",
"identifier": {
"legalName": "Ove Arup & Partners Ltd (JV1)",
"id": "1312453",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-688424",
"name": "AtkinsRealis UK Ltd (JV2)",
"identifier": {
"legalName": "AtkinsRealis UK Ltd (JV2)",
"id": "688424",
"scheme": "GB-COH"
},
"address": {
"locality": "Surrey",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-02594504",
"name": "Jacobs U.K. Limited (JV3)",
"identifier": {
"legalName": "Jacobs U.K. Limited (JV3)",
"id": "02594504",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-3163649",
"name": "Binnies UK Ltd (JV1)",
"identifier": {
"legalName": "Binnies UK Ltd (JV1)",
"id": "3163649",
"scheme": "GB-COH"
},
"address": {
"locality": "Surrey",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-01188070",
"name": "Stantec UK Limited (JV2)",
"identifier": {
"legalName": "Stantec UK Limited (JV2)",
"id": "01188070",
"scheme": "GB-COH"
},
"address": {
"locality": "Surrey",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-1243967",
"name": "Mott MacDonald Limited (JV3)",
"identifier": {
"legalName": "Mott MacDonald Limited (JV3)",
"id": "1243967",
"scheme": "GB-COH"
},
"address": {
"locality": "Croydon",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-3199",
"name": "Thames Water Utilities Limited",
"identifier": {
"legalName": "Thames Water Utilities Limited"
},
"address": {
"locality": "Reading",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED"
},
"language": "en",
"awards": [
{
"id": "008626-2024-FA2050-1",
"relatedLots": [
"1"
],
"title": "Technical Partner Consultancy Services to the SRO Programme",
"status": "active",
"suppliers": [
{
"id": "GB-COH-1312453",
"name": "Ove Arup & Partners Ltd (JV1)"
},
{
"id": "GB-COH-3163649",
"name": "Binnies UK Ltd (JV1)"
}
]
},
{
"id": "008626-2024-FA2050-2",
"relatedLots": [
"1"
],
"title": "Technical Partner Consultancy Services to the SRO Programme",
"status": "active",
"suppliers": [
{
"id": "GB-COH-688424",
"name": "AtkinsRealis UK Ltd (JV2)"
},
{
"id": "GB-COH-01188070",
"name": "Stantec UK Limited (JV2)"
}
]
},
{
"id": "008626-2024-FA2050-3",
"relatedLots": [
"1"
],
"title": "Technical Partner Consultancy Services to the SRO Programme",
"status": "active",
"suppliers": [
{
"id": "GB-COH-02594504",
"name": "Jacobs U.K. Limited (JV3)"
},
{
"id": "GB-COH-1243967",
"name": "Mott MacDonald Limited (JV3)"
}
]
}
],
"contracts": [
{
"id": "008626-2024-FA2050-1",
"awardID": "008626-2024-FA2050-1",
"title": "Technical Partner Consultancy Services to the SRO Programme",
"status": "active",
"dateSigned": "2024-02-08T00:00:00Z"
},
{
"id": "008626-2024-FA2050-2",
"awardID": "008626-2024-FA2050-2",
"title": "Technical Partner Consultancy Services to the SRO Programme",
"status": "active",
"dateSigned": "2024-02-08T00:00:00Z"
},
{
"id": "008626-2024-FA2050-3",
"awardID": "008626-2024-FA2050-3",
"title": "Technical Partner Consultancy Services to the SRO Programme",
"status": "active",
"dateSigned": "2024-02-08T00:00:00Z"
}
]
}