Consultative engineering and construction services | Tenderlake

Consultative engineering and construction services

Contract Value:
GBP 14M -
Notice Type:
Contract Notice
Published Date:
17 August 2018
Closing Date:
12 September 2018
Location(s):
UKJ3 Hampshire and Isle of Wight (UK UNITED KINGDOM)
Description:
Havant Thicket Winter Storage Reservoir Project Principal Designer Contract and Design Services Framework

This represents a flagship project to design the first new strategic water resource in the South East for decades. Construction work is anticipated to start on the winter storage reservoir at Havant Thicket (the “Project”) in 2024, for completion by 2029. The Project is socially, economically and environmentally significant and valued at 106m GBP. It is the product of collaborative regional water planning and forms a key step in increasing water resilience in the South East.

This Contract Notice relates to the appointment of a Principal Designer for the Project and the establishment of a framework agreement for wider design services.

Further information about this procurement and how to express interest can be found at II.2.4) Description of the procurement.



The Principal Designer contract (the “Contract”) will be in two parts: Phase 1 (outline design) and Phase 2 (detailed design). It is envisaged that Phase 1 services will be remunerated by reference to a schedule of rates and some element of a fixed price, and Phase 2 services by reference to a schedule of rates. The Contract is estimated to be worth between 9-14m GBP, but no guarantee is given that Phase 2 will be instructed, whether to the successful Principal Designer or to any other contractor. The value of the first phase of the Contract (outline design in 2019) is expected to be 2-3m GBP. The scope may include

1) Health and Safety and CDM;

2) Engineering and Architectural design;

3) Procurement Support;

4) Site Investigation Scoping, Interpretation and Reporting;

5) Environmental Impact Assessment;

6) Planning Advice and Consultancy;

7) Supervisor services.

The most economically advantageous Tenderer as defined in the ITN will be awarded the Contract.

In addition, it is envisaged that the highest scoring three Tenderers (including the successful Tenderer) will be admitted to a framework agreement from which other design services required for the Project (for example Employer’s Agent) and also general smaller scale design services of the same nature as set out in the scope may be called off from time to time by Portsmouth Water Limited (“Portsmouth Water”) for a maximum period of eight (8) years (the “Framework Agreement”). These calls off may be in connection with the Project or Portsmouth Water’s business as usual activities. No guarantee is given that any such call-offs will be made and the framework will not be exclusive. The total value of the Framework Agreement, if call-offs are made, is unlikely to exceed 3m GBP. Portsmouth Water may (but shall not be obliged to) increase the number of Tenderers to be admitted to the framework if there are sufficient tenderers which meet the minimum requirements to be set out in the ITT.

The estimated total value set out in II.1.5) refers to the aggregate of the upper limits of the Contract and Framework Agreement.

It is envisaged that the Contract will commence in January 2019. Portsmouth Water reserves the right to terminate the Contract at any time in accordance with the provisions for termination set out in the Contract. The dates stated in II.2.7) are approximate and are subject to change. Applicants and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice and any PQQ and with submitting any tender, howsoever incurred.

Portsmouth Water intends to make provision in the ITT and Contract for a clear and unequivocal variation mechanism allowing it, following Contract award, to vary elements of the Contract. The mechanism with which Portsmouth Water may undertake such variation will be stated in the Procurement Documents to be made available to Tenderers at ITT stage.

Portsmouth Water may at a later date require the Contract to be novated to the main contractor appointed to deliver the Project, and appropriate collateral warranties to be provided to Portsmouth Water and other contractors appointed to the Project, upon such novation.

Organisations should be aware that due to the nature of the services, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their tenders, where appropriate.

Organisations wishing to participate in this procurement are invited to express their interest via email to HTWSR_Procurement@portsmouthwater.co.uk, in order to access the full set of Procurement Documents. Any questions relating to this procurement must be made by email to HTWSR_Procurement@portsmouthwater.co.uk.

Download full details as .pdf
The Buyer:
Portsmouth Water Limited
CPV Code(s):
71300000 - Engineering services
71310000 - Consultative engineering and construction services
71311000 - Civil engineering consultancy services
71311300 - Infrastructure works consultancy services
71313400 - Environmental impact assessment for construction
71313440 - Environmental Impact Assessment (EIA) services for construction
71322000 - Engineering design services for the construction of civil engineering works
71322200 - Pipeline-design services
71322400 - Dam-design services