Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Thames Water Utilities Ltd
Procurement Support Centre — third Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
UK
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: www.thameswater.co.uk
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Beckton STW AMP7 Upgrade
Reference number: CP0005 (H786(B))
II.1.2) Main CPV code
45252100
II.1.3) Type of contract
Works
II.1.4) Short description
Design, construct and commission an upgrade to the current Beckton Sewage Treatment Works (STW) with the scope summarised as follows:
• final effluent tide locking,
• ASP4 extension and increase ASP3 blower capacity (ASP stands for Activated Sludge Plant),
• inlet works upgrade,
• sludge improvements,
• site wide capital maintenance,
• engineering design services.
Contract award is expected to be November 2019 and the project is required to be complete by September 2023.
The contractor will be required to carry out the works without adversely impacting on the integrity of the STW and in accordance with the current permits.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
/ Highest offer:
II.2) Description
II.2.2) Additional CPV code(s)
45252000
71320000
39350000
II.2.3) Place of performance
NUTS code:
UKH3
Main site or place of performance:
Beckton, Essex.
II.2.4) Description of the procurement
Beckton Sewage Treatment Works (STW) is Thames Water’s and the UK’s largest STW. It is located in the London Borough of Newham, east of London on the north bank of the River Thames. The design flow to full treatment capacity is 27.04 m3/s with flow received from the catchment being up to 33 m3/s. The works which are the subject matter of this contract opportunity are to provide for growth, resilience and consent compliance to a design horizon of 2036 with the population equivalent (PE) projected to be 4.54 million and the contract will also include related design and engineering services and associated equipment. During operation of the Tideway pumping station from October 2022, up to 12 m3/s will be discharged but the rate will need to be controlled to ensure that flow received at the inlet works does not exceed 27 m3/s.
The scope of this project comprises the following core activities:
• upgrade and extension to the inlet works to cater for pro-longed periods of operation of the Tideway pumping station;
• provision of medium screens and screenings handling plant at the existing inlet works;
• replacement and upgrade of inlet works diesel powered generator;
• extension to ASP4 secondary treatment process capacity to provide resilience against growth, the operation of the Tideway pumping station and high ammonia load peaks during storm loading conditions;
• provision of ASP4 additional blower capacity including a new blower house building to provide resilience against high ammonia load peaks during storm loading conditions;
• replacement of ASP3 air-lift conveyance mechanism for discharging final effluent into the River Thames with low-lift pumping stations;
• provision of pumping station’s diesel powered generators;
• provision of ASP3 additional blower capacity including new Blower House buildings or containerised solutions to provide resilience against high ammonia load peaks during storm loading conditions;
• additional sludge buffering and balancing tanks, and raw sludge thickening capacity to provide resilience against sludge stream bottle-necks restricting final effluent stream operation;
• extension to the cake barn;
• capital maintenance works for replacement and upgrade of HV/LV (11 kv/6 kv) Transformers and HV/LV (11 kv/420 kv) switchboards;
• modifications to the power management system, SCADA (supervisory control and data acquisition) and the tiled mimic panel.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about 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:
2019/S 030-068241
Section V: Award of contract
Contract No: 1
Title: Beckton STW AMP7 Upgrade
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/06/2020
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Laing O'Rourke Construction Ltd
Kent
UK
NUTS: UKJ4
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Anticipated duration of the project is 46 months.
Sections of the project will be required to be delivered at specific milestones within the 46 months.
The figure stated in section II.1.5) and section II.2.6) is the current estimated maximum value of the contract. Thames Water considers that the value of this project is estimated to be in the range of GBP 60 million-GBP 80 million.
Organisations wishing to express an interest in this contract opportunity must complete and submit a pre-qualification questionnaire (PQQ) response by the date specified in section IV.2.2). A pack of procurement documents (including the PQQ instructions and questionnaire) is available by using the link in section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement
Thames Water reserves the right to change any aspect of or terminate this procurement and/or consider alternative procurement options. Under no circumstances shall Thames Water incur any liability (costs or otherwise) arising from an organisation expressing an interest in, preparing responses to and/or participating in this procurement.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Thames Water Utilities Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
03/08/2020