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