Access to the procurement documents is restricted. Further information can be obtained at:
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.
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.
Between 5-8 years.
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.