UK-Havant: Project management consultancy services.

UK-Havant: Project management consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
Portsmouth Water Ltd
PO Box 99, West Street, Havant, PO9 1JG, United Kingdom
Tel. +44 753860741, Email: andrea@mcp2.co.uk
Contact: Mrs Andrea Djordjevic
Main Address: www.portsmouthwater.co.uk, Address of the buyer profile: www.portsmouthwater.co.uk
NUTS Code: UKJ31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Project-management-consultancy-services./6FC4Y8VW6R
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Portsmouth Water Ltd - Havant Thicket Winter Storage Reservoir Programme/Project Management Services
Reference Number: 6FC4Y8VW6R
II.1.2) Main CPV Code:
72224000 - Project management consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Portsmouth Water are now seeking a potential Provider to a deliver Programme / Project Management Services including; programme direction and co-ordination; programme management office services, procurement and; project management to manage workstreams and some projects within the programme.

Please access the Delta e-sourcing Portal following link https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Project-management-consultancy-services./6FC4Y8VW6R. for more information.
II.1.5) Estimated total value:
Value excluding VAT: 7,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ31 Portsmouth

II.2.4) Description of procurement: Portsmouth Water is undertaking a major programme of works to construct a Reservoir, water distribution services and accompanying social and environmental benefit facilities. This is a 10-year programme, which is in flight in the exploratory/preparation phase.

They are now seeking a potential Provider to deliver Programme / Project Management Services including; programme direction and co-ordination; programme management office services, procurement and; project management to manage workstreams and some projects within the programme.

A range of Portsmouth Water internal and other external agencies will form part of the wider programme team and co-ordination of the activities of these elements / agencies is part of the scope of the contract.
The client intends, over time, to develop in-house capability to contribute to the delivery of this programme. Therefore, contract terms will include the facility for the client to replace contracted resources with in-house resources.

The contract will be for an initial of 9.5 years with an option to extend for a further 1 +1 totalling 11.5 years.

The estimated value is between £4 to £7.2 million including all options to extend. However, it is to be noted that this could reduce over the term of the contract due to expectation to develop in-house capability.

For more detail and access to the opportunity please follow the link below:

To access this opportunity please access the Portsmouth Water Procurement e-Sourcing Portal following link https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Project-management-consultancy-services./6FC4Y8VW6R.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality/Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 7,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 138
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Option to extend by 1 + 1 Years making a potential total contract totalling 11.5 years. This will then be at the existing terms and to the maximum value.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided



Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/02/2020 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Not Provided

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The Authority reserves the right not to award any or part of this contract, postpone or terminate the procurement process (or part of it) or change the procedure used to procure the contract, at any time without liability on its part.

The Authority is not liable for any costs (including third party costs, fees or expenses) incurred by those expressing an interest in or bidding for this contract opportunity and no implied contract is created.
Tenders and all supporting documentation for the contracts must be priced in sterling and written in English. Any agreements entered into will be governed by English law and subject to the exclusive jurisdiction of the English courts.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://portsmouthwater.delta-esourcing.com/tenders/UK-UK-Havant:-Project-management-consultancy-services./6FC4Y8VW6R

To respond to this opportunity, please click here:
https://portsmouthwater.delta-esourcing.com/respond/6FC4Y8VW6R
VI.4) Procedures for review
VI.4.1) Review body:
Portsmouth Water Ltd
PO Box 99, West Street, Havant, PO9 1JG, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 10/01/2020

Annex A