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 Notice

Supply, Repair, Maintain and Upgrade FLIPs

  • First published: 14 August 2020
  • Last modified: 14 August 2020

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:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
14 August 2020
Deadline date:
08 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of the equipment required for the Flooding Local Improvement Process (FLIP) systems. Equipment is made up of housing, submersible pump, control head, motor, cables, circuit board. New and spares of equipment is required. Support of legacy equipment spares is required.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Ltd

Procurement Support Centre - 3rd 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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.thameswater.co.uk/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.thameswater.co.uk/procurement


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply, Repair, Maintain and Upgrade FLIPs

Reference number: FA1480

II.1.2) Main CPV code

45259100

 

II.1.3) Type of contract

Works

II.1.4) Short description

Supply, repair, maintain and upgrade Flooding Local Improvement Process (FLIP) systems, in the operational waste network within Thames Water. System is made up of housing, submersible pump, control head, motor,cables, circuit board. New and spares of equipment is required. Skills, plant and consumables are required to R&M and upgrade works. Electrical, mechanical and civil skills could be required.

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

Supply of the Equipment Required for the Flooding Local Improvement Process (FLIP) Systems

II.2.2) Additional CPV code(s)

42122220

31681200

42120000

42122000

42124000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of TW Region.

II.2.4) Description of the procurement

Supply of the equipment required for the Flooding Local Improvement Process (FLIP) systems. Equipment is made up of housing, submersible pump, control head, motor, cables, circuit board. New and spares of equipment is required. Support of legacy equipment spares is required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 296 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Repair, Maintain and Upgrade Flooding Local Improvement Process (FLIP) Systems

II.2.2) Additional CPV code(s)

45259100

45232431

45246400

50511000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of TW Region.

II.2.4) Description of the procurement

Repair, maintain and upgrade Flooding Local Improvement Process (FLIP) systems, in the operational waste network within Thames Water. Skills, plant and consumables are required to R&M and upgrade works. Electrical, mechanical and civil skills required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 4 904 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).

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 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:

As detailed in the PQQ.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

As detailed in section VI.3) and PQQ.

III.1.6) Deposits and guarantees required:

Bonds and/or parent company guarantees of performance and financial standing may be required.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Specified in the invitation to negotiate.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Consortia may be required to form a legal entity prior to award.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 2

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/09/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Between 3-8 years.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Ltd

Reading

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

Thames Water Utilities Ltd

Reading

UK

VI.5) Date of dispatch of this notice

11/08/2020

Coding

Commodity categories

ID Title Parent category
31681200 Electric pumps Electrical accessories
45246400 Flood-prevention works River regulation and flood control works
42124000 Parts of pumps, compressors, engines or motors Pumps and compressors
42122000 Pumps Pumps and compressors
42120000 Pumps and compressors Machinery for the production and use of mechanical power
50511000 Repair and maintenance services of pumps Repair and maintenance services of pumps, valves, taps and metal containers
42122220 Sewage pumps Pumps
45232431 Wastewater pumping station Ancillary works for pipelines and cables
45259100 Wastewater-plant repair and maintenance work Repair and maintenance of plant

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:
procurement.support.centre@thameswater.co.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.