Havant Thicket Reservoir Project - Main Reservoir Works (MRW+)

A Utilities Contract Notice
by PORTSMOUTH WATER

Source
Find a Tender
Type
Contract (Works)
Duration
6 year
Value
88M
Sector
CONSTRUCTION
Published
04 Jan 2021
Delivery
To 30 May 2029 (est.)
Deadline
15 Feb 2021 12:00

Concepts

Location

Havant

Geochart for 3 buyers and 0 suppliers

3 buyers

Description

This represents a flagship project to construct the first new strategic water resource, and corresponding pipeline, in the South East for decades. Construction work is anticipated to start on the Havant Thicket Reservoir Project (the "Project") in 2024, for completion by 2029. The Project is socially, economically and environmentally significant. It is the product of collaborative regional water planning particularly between Portsmouth Water and Southern Water, and forms a key step in increasing water resilience in the South East. This Contract Notice relates to the appointment of the main works contractor for main reservoir works and additional elements ("Main Reservoir Works (MRW+) Contract" or the "Contract"), as further described at Section II.2.4). The main works pipeline contract and framework agreement under the Project are the subject of a separate contract notice being published at or around the same time as this Contract Notice.

Total Quantity or Scope

The MRW+ Contract encompasses design and construction of the Havant Thicket Reservoir, as well as all other construction works and services related to the Project (excluding pipeline construction), as more fully described within the procurement documentation and which are expected in summary to be as follows: Reservoir: - Access Roads - 3km embankment - 22m high embankment - 8,700 Ml storage - Wetland creation - Control House Pumps: - Reconfigure with new Pumps - New 24 Ml/d pumping station Modifications to the exiting raw water mains running between Bedhampton pumping station and Farlington water treatment works Mechanical, electrical, instrumentation, control and Automation (MEICA) services Treatment process (25ml/d) at water treatment works Optional (but not guaranteed) scope for the design and construction of a visitor centre and recreational facilities adjacent to Havant Thicket Reservoir. The Contract will include principal design integration responsibility meaning that the Principal Designer Contract (awarded to Atkins Limited) will be novated from Portsmouth Water to the MRW Contractor, who will be required to accept the novation, but may choose the extent to which it uses Atkins or an alternative designer. The Contract outturn value is estimated to be £88.4m (note: the values provided in this notice reflect projected outturn costs at the end of the construction periods, and are not guaranteed minimum or maximum contract values), comprising the following estimated values: I. The Reservoir - £63.46m ii. The Farlington WTW - £10.71m iii. The Bedhampton Pumping Station works - £5.17m iv. The Visitor Centre and Recreational Facilities (Optional Scope) - £8.96m The New Engineering Contract, fourth edition (NEC4) Engineering and Construction Contract (ECC) Option C (Target Cost with Activity Schedule) is the proposed form of contract for the Contract. The most economically advantageous Tenderer as defined in the Invitation to Tender (ITT) will be awarded the Contract. It is envisaged that the Contract will commence in 2022. 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. Except as expressly set out within the procurement documentation, 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 Pre-Qualification Questionnaire (PQQ) and with submitting any tender, howsoever incurred. Portsmouth Water intends to make provision in the ITT and the 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(s) will be stated in documentation to be made available to Tenderers at ITT stage. Organisations should be aware that due to the nature of the works, any contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek legal advice on the implications of this prior to submitting their tenders, where appropriate. Please note that the organisations wishing to participate in this procurement are required to first agree to the confidentiality agreement accessed through the above link, in order to be given access to the full set of procurement documents. Any questions relating to this procurement must be made by email to HTRprocurement@portsmouthwater.co.uk.

CPV Codes

  • 45240000 - Construction work for water projects
  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111200 - Site preparation and clearance work
  • 45111240 - Ground-drainage work
  • 45112000 - Excavating and earthmoving work
  • 45112200 - Soil-stripping work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112600 - Cut and fill
  • 45113000 - Siteworks
  • 45212312 - Exhibition centre construction work
  • 45252120 - Water-treatment plant construction work
  • 45252126 - Drinking-water treatment plant construction work
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71322400 - Dam-design services
  • 71334000 - Mechanical and electrical engineering services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71631460 - Dam-inspection services

Indicators

  • Bids should cover the whole contract.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

This procurement process uses the negotiated procedure with prior call for competition (Utilities Contracts Regulations Reg. 47), and is being conducted in successive stages. and Accordingly, only those organisations which are successful and shortlisted from the first stage, i.e. pre-qualification, will be invited to submit an initial tender. Interested organisations must complete and submit a completed Pre-Qualification Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. Other than the Pre-Qualification Pack and Pre-Qualification Questionnaire, the procurement documents published at the date of this Notice are in outline form, and Portsmouth Water reserves the right to amend, augment and supplement any document. Portsmouth Water reserves the right at any time to cease the procurement process and not award any contract or to award only part of the opportunities described in this Notice. If Portsmouth Water takes up this right, then it will not be responsible for or required to pay the expenses or losses, which may be incurred by any organisation or Tenderer resulting therefrom. Except for the Contract(if any), concluded with the successful Tenderer, nothing in the procurement process shall create a contract, whether express or implied, between Portsmouth Water and any Applicant or Tenderer. Portsmouth Water intends to select approximately 4-5 Applicants to invite to tender. However, it reserves the right to select or negotiate with fewer if there are fewer suitable candidates or compliant bids, or more if necessary to ensure meaningful competition. Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria specified in the ITT. It reserves the right at any time to close negotiations and award the Contract. Portsmouth Water undertakes to hold confidential any information provided in the proposal submitted, subject to its obligations under the law including Environmental Information Regulations 2004 (EIR) and the retained EU law version of the General Data Protection Regulation ((EU) 2016/679). If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity, then this should be stated with the reason for considering it sensitive. Portsmouth Water will then endeavour to consult with the Applicant about such sensitive information when considering any request for information (e.g. under the EIR), before replying to such a request. Portsmouth Water reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet its requirements and remain financially viable to fulfil the requirements under the proposed contracts.

Reference

Domains