Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Water Wastewater and Ancillary Services 3

  • First published: 08 August 2024
  • Last modified: 08 August 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ad62
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
08 August 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

We have ran this competition using the ‘open procedure'. Crown Commercial Service (CCS) has established a Framework Agreement to support delivery of Water, Wastewater and Ancillary Services. The duration of the Framework Agreement is for a four (4) year period. The Framework Agreement is available for use by UK public sector bodies as described in the customer list.

The Framework consists of the following lots:

Lot 1 – Water and Waste Water Services

Lot 2 – Ancillary Services

Lot 3 – One Stop Shop (Combined Lot 1 and Lot 2 )

Any bidder successfully awarded on both Lot 1 and Lot 2 combined has been awarded a place on Lot 3.

Suppliers will provide the Deliverables (goods and services) set out in the Specification.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Water Wastewater and Ancillary Services 3

Reference number: RM6306

II.1.2) Main CPV code

65100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

We have ran this competition using the ‘open procedure'. Crown Commercial Service (CCS) has established a Framework Agreement to support delivery of Water, Wastewater and Ancillary Services. The duration of the Framework Agreement is for a four (4) year period. The Framework Agreement is available for use by UK public sector bodies as described in the customer list.

The Framework consists of the following lots:

Lot 1 – Water and Waste Water Services

Lot 2 – Ancillary Services

Lot 3 – One Stop Shop (Combined Lot 1 and Lot 2 )

Any bidder successfully awarded on both Lot 1 and Lot 2 combined has been awarded a place on Lot 3.

Suppliers will provide the Deliverables (goods and services) set out in the Specification.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 2 000 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Water and Wastewater

II.2.2) Additional CPV code(s)

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Water and Wastewater Services

The Supplier will provide Water Supply and Wastewater (Sewerage) services to eligible non household customers in accordance with the Water Act 2014.

The Supplier will hold and maintain throughout the Framework Agreement and any Call Off Contracts, a valid Water Supply and Sewerage Licence granted by the The Economic Regulator of the Water Sector in England and Wales (Ofwat) in accordance with Section 1 of the Water Act 2014. The Supplier will comply with the requirements of the associated Wholesale Retail Code and the Market Arrangement Code as specified by the Regulator Ofwat.

The Supplier will deliver associated services in connection with the supply of water and wastewater services as required by the Buyers at Call Off stage:

Account Management including customer service; Billing; Metering including, Meter Reading (Including acceptance of AMR reads),

Management of sites and meters (including new connections and switching); Facilitate meter installation/removal/resizing/accuracy tests;

Data Management; Roads and Property Drainage; Sewerage services including Trade Effluent; Emergency Contingency Planning; 24/7 Emergency support; and Guaranteed standards of Service.

An e-auction can be used at Call Off Contract stage for Lot 1

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

The number of Suppliers awarded a Framework Contract for this Lot is 8.

Lot No: 2

II.2.1) Title

Ancillary Services

II.2.2) Additional CPV code(s)

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Ancillary Services

The Supplier will provide one (1) or more of the Ancillary Deliverables (goods and services) listed below. The Ancillary Services are pertaining to the management, conservation, reduction and data management of water consumption as requested by the Buyers in order to deliver efficiency, financial and consumption savings.

The Ancillary Services can include the requirement for purchase and installation of water management, water efficiency, water conservation or other water savings measures. These measures may include provision and installation of goods

including new equipment optimisation of equipment (including existing equipment) and provision of related services. Additional services may be required to improve the environmental conditions at Buyers sites.

The scope includes provision for the Supplier to offer its own or third party financing option on request by the Buyers, to support delivery of the Ancillary Deliverables (goods and services) listed below.

The Buyer may request Deliverables (goods and services) that are not listed below but fall within the scope of Ancillary Services. It is intended that the range of Ancillary Services will expand to meet the Buyers business needs as they develop

their strategies. Initially the Framework Agreement will consist of the following nine (9) Ancillary Services.

These Ancillary Deliverables (goods and services) are:

● Water Footprint assessment;

● Tariff optimisation and benchmarking;

● Water audit site surveys;

● Leak detection and repair;

● Contingency planning;

● Legionella Risk Assessments;

● Automated Meter Reading;

● Bill Validation; and

● Cost Recovery.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

The number of Suppliers awarded a Framework Contract for this Lot is 8.

Lot No: 3

II.2.1) Title

One stop shop (Lot 1 and 2 combined)

II.2.2) Additional CPV code(s)

09320000

24962000

38421100

39370000

42912300

44163140

45330000

50411100

51514110

65130000

71800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

One Stop Shop - (Combined Lot 1 and 2) Services

The Suppliers for Lot 3 provide a combination of the Services outlined in both Lot 1 and Lot 2 as required by the Buyers. All Suppliers provide at least one (1) of the Services listed in the description for Lot 2.

The Buyer may request Deliverables (goods and services) that are not listed in the Lot 2 description but fall within the scope of Ancillary Services. The range of Ancillary Services will expand to meet the Buyers business needs as they develop their strategies.

The Framework Agreement consists of nine (9) Ancillary Services listed in the Lot 2 description, but is not limited as new services will be integrated depending on the Buyer’s needs. Lot 3 has been formed upon award. Any bidder successfully awarded a place on both Lot 1 and Lot 2 has been awarded a place on Lot 3 One Stop Shop (Combined Lot 1 and Lot 2).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

The number of Suppliers awarded a Framework Contract for this Lot is 7

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-000342

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/07/2024

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street.

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

URL: https://www.gov.uk/ccs

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:[https://www.contractsfinder.service.gov.uk/Notice/faf3d973-6c27-4bc0-84c5-9e7356c90983

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

07/08/2024

Coding

Commodity categories

ID Title Parent category
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
51514110 Installation services of machinery and apparatus for filtering or purifying water Installation services of miscellaneous general-purpose machinery
42912300 Machinery and apparatus for filtering or purifying water Liquid filtering or purifying machinery and apparatus
65130000 Operation of water supplies Water distribution and related services
45330000 Plumbing and sanitary works Building installation work
50411100 Repair and maintenance services of water meters Repair and maintenance services of measuring apparatus
44163140 Steam and water pipes Pipes and fittings
09320000 Steam, hot water and associated products Electricity, heating, solar and nuclear energy
65100000 Water distribution and related services Public utilities
39370000 Water installations Miscellaneous equipment
38421100 Water meters Flow-measuring equipment
24962000 Water-treatment chemicals Various chemical products

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.