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

Waste Network Services

  • First published: 23 December 2020
  • Last modified: 23 December 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:
23 December 2020
Deadline date:
25 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot is for the sole supply of non-civils maintenance services (excluding rodent control services and lining). TWUL are seeking a supplier to be able to cover the full TWUL region. The contractor will be expected to undertake the following of activities but are not limited to:

• blockage clearance,

• sewer cleaning,

• pollution response,

• flow management,

• CCTV surveys,

• Flood response,

• ancillary maintenance.

In addition to these activities, typical jobs types include:

— maintenance services such as proactive sewer cleaning;

— blockage clearing to prevent or remediate to floods and pollution;

— meeting the 4 outcome delivery incentives (ODIs) set by the Water Services Regulation Authority (OFWAT) through efficient performance management;

— these services include various activities, such as CCTV and data reporting and are detailed in our tender specification;

— working with other contractors where required to deliver seamless, high quality, customer service.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Ltd

Procurement Support Centre — 6th Floor Reading Bridge House C/o Post 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

Waste Network Services

Reference number: FA1421

II.1.2) Main CPV code

90400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Thames Water Utilities Ltd (TWUL) is seeking to establish a contract for the delivery of Waste Network Services which includes maintenance (reactive activity such as clearing blockages); civils work; the delivery of rehabilitation works to the waste network; and rodent control services. TWUL will be testing two options for maintenance.

The lotting structure will be:

Lot 1: Maintenance (sole supplier),

Lot 2: Maintenance (regional suppliers),

Lot 3: Lining,

Lot 4: Civils,

Lot 5: High value and complex civils (multi- supplier framework),

Lot 6: Rodent control services.

Additionally, TWUL will investigate the following requirements for future ducting and fibres;

Delivery of ancillary sewer services (as defined below) related to networks, cables, pipework and/ or ducting for the purposes of, but not limited to telecoms/ data services, power and heat.

The services which may be required include but are not limited to:

— installation,

— connections,

— maintenance and repair.

II.1.5) Estimated total value

Value excluding VAT: 762 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

1, 2, 3, 4, 5 and 6.

II.2) Description

Lot No: 1

II.2.1) Title

Maintenance (Sole Supplier)

II.2.2) Additional CPV code(s)

90400000

90480000

90491000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of Thames Water Region.

II.2.4) Description of the procurement

This lot is for the sole supply of non-civils maintenance services (excluding rodent control services and lining). TWUL are seeking a supplier to be able to cover the full TWUL region. The contractor will be expected to undertake the following of activities but are not limited to:

• blockage clearance,

• sewer cleaning,

• pollution response,

• flow management,

• CCTV surveys,

• Flood response,

• ancillary maintenance.

In addition to these activities, typical jobs types include:

— maintenance services such as proactive sewer cleaning;

— blockage clearing to prevent or remediate to floods and pollution;

— meeting the 4 outcome delivery incentives (ODIs) set by the Water Services Regulation Authority (OFWAT) through efficient performance management;

— these services include various activities, such as CCTV and data reporting and are detailed in our tender specification;

— working with other contractors where required to deliver seamless, high quality, customer service.

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: 469 000.00  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:

The initial term of the contract will be 5 years with the options to extend up to 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

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

TWUL reserve the right to:

(i) not award one or more lots;

(ii) combine the award for lots;

(iii) award the lots based on geographical coverage. Please note: TWUL will only award either Lot 1 or Lot 2.

Lot No: 2

II.2.1) Title

Maintenance (Regional Suppliers)

II.2.2) Additional CPV code(s)

90400000

90480000

90491000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of Thames Water Region.

II.2.4) Description of the procurement

II.2.4) Description of the procurement:

(nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only – state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those).

This lot is for the supply of non-civils maintenance services (excluding rodent control services and lining) which will be awarded on a geographical locations. This lot will be split into 3 regions; North London, South London and Thames Valley. For boundary information please refer to the tender documentation.

The contractor will be expected to undertake the following of activities but are not limited to:

• blockage clearance,

• sewer cleaning,

• pollution response,

• flow management,

• CCTV surveys,

• flood response,

• ancillary maintenance.

In addition to these activities, typical jobs types include:

— maintenance services such as proactive sewer cleaning;

— blockage clearing to prevent or remediate to floods and pollution;

— meeting the 4 outcome delivery incentives (ODIs) set by the Water Services Regulation Authority (OFWAT) through efficient performance management;

— these services include various activities, such as CCTV and data reporting and are detailed in our tender specification;

— working with other contractors where required to deliver seamless, high quality, customer service.

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: 469 000 000.00  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:

The initial term of this contact of 5 years with the options to annually extend up to 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

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

TWUL reserve the right to:

(i) not award one or more lots;

(ii) combine the award for lots;

(iii) award the lots based on geographical coverage. Please note: TWUL will only award either Lot 1 or Lot 2.

Lot No: 3

II.2.1) Title

Lining

II.2.2) Additional CPV code(s)

90400000

90480000

90491000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of Thames Water Region.

II.2.4) Description of the procurement

(nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only – state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those).

This lot is for the supply of lining services within the TWUL region. The scope of work in this lot can be of a reactive or planned nature and will form part of a customer journey which will have involved activities conducted by other contractors under this collection of services. As such working with other contractors where required to deliver seamless, high quality, customer service is essential.

The contractor will be expected to undertake the following job types but are not limited to:

— sewer lining (patch and full length);

— flow management;

— cleaning as required;

— CCTV Sewer inspections and survey work.

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: 20 000 000.00  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:

The initial term of this contact of 5 years with the options to annually extend up to 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

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

TWUL reserve the right to:

(i) not award one or more lots;

(ii) combine the award for lots;

(iii) award the lots based on geographical coverage.

Lot No: 4

II.2.1) Title

Civils

II.2.2) Additional CPV code(s)

90400000

90480000

90491000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of Thames Water Region.

II.2.4) Description of the procurement

Nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only – state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those).

The scope of this lot is to deliver civil related works in the TWUL region. This is a sole supplier contract and with work estimated under the value of GBP 50 000. The supplier will be required to attend the site to resolve a Wastewater Network failure where replacement or repair of an asset is required.

The contractor will be expected to undertake the following of job types but are not limited to:

— sewer repairs,

— rising main repairs,

— excavations,

— ancillaries,

— non-collapse repair jobs,

— manhole repairs and replacement,

— minor civil works,

— flow management,

— asset mapping,

— CCTV sewer inspections and survey work.

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: 99 200 000.00  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:

The initial term of this contact of 5 years with the options to annually extend up to 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

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

TWUL reserve the right to:

(i) not award one or more lots;

(ii) combine the award for lots;

(iii) award the lots based on geographical coverage.

Lot No: 5

II.2.1) Title

High Value and Complex Civils

II.2.2) Additional CPV code(s)

90400000

90480000

90491000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of Thames Water Region.

II.2.4) Description of the procurement

The scope of this lot is to deliver high value and complex civil related works in the TWUL region that is estimated over the value of GBP 50 000 and be able to complete work in the scope of Lot 4 which cannot be delivered by the successful Lot 4 contractors. This lot is a multiple supplier framework agreement. The supplier will be required to attend the site to resolve a Wastewater Network failure where replacement or repair of an asset is required.

The contractor will be expected to undertake the following of job types but are not limited to:

— sewer repairs,

— rising main repairs,

— excavations,

— ancillaries,

— non-collapse repair jobs,

— manhole repairs and replacement,

— flow management,

— asset mapping,

— CCTV sewer inspections and survey work.

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: 139 200 000.00  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:

The initial term of this contact of 5 years with the options to annually extend up to 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

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

TWUL reserve the right to:

(i) not award one or more lots;

(ii) combine the award for lots;

(iii) award the lots based on geographical coverage.

Lot No: 6

II.2.1) Title

Rodent Control Services

II.2.2) Additional CPV code(s)

90922000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of Thames Water Region.

II.2.4) Description of the procurement

II.2.4) Description of the procurement:

(nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only – state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those).

This lot is for the provision of specialised rodent control services within the waste network. TWUL are seeking a supplier to collaboratively work with them to deliver rodent control services to our customers. This will be an all-inclusive rodent resolution service which includes baiting, home protection and minor sewer repairs. An essential element of this service is the active management of customers to deliver high quality customer outcomes and prevent complaints throughout a very emotional customer journey.

Typical job types will include:

— rodent control — baiting, home protection and minor repairs;

— providing reports to customers and Thames Water on findings and next steps.

We would also like the contractor to have the capability to complete the following job types whilst delivering rodent control services:

— red lining,

— asset surveys incl. CCTV,

— minor civils related to rodent issues.

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: 8 000 000.00  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:

The initial term of this contact of 5 years with the options to annually extend up to 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

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

TWUL reserve the right to:

(i) not award one or more lots;

(ii) combine the award for lots;

(iii) award the lots based on geographical coverage.

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: 5

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 25/01/2021

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: 12 (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 5-8 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

Please note there is a video that works along side this tender: https://thameswater-internal.videomarketingplatform.co/secret/65730262/e4144912bab190117b54665f4705b412

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

All applicants will receive an email from procurement.support.centre@thameswater.co.uk containing their log on details into our Smartsource Portal in order to access the PQQ documents.

Note that your client may be Thames Water Utilities Limited 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.

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

18/12/2020

Coding

Commodity categories

ID Title Parent category
90922000 Pest-control services Facility related sanitation services
90400000 Sewage services Sewage, refuse, cleaning and environmental services
90491000 Sewer survey services Sewer survey and sewage treatment consultancy services
90480000 Sewerage management services Sewage services

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.