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

Mains Rehabilitation

  • First published: 01 December 2024
  • Last modified: 01 December 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04c0ac
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
01 December 2024
Deadline date:
14 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This project includes, but is not limited to the following packages of work:

A new chemical storage and dosing system to aid Phosphorus removal

A new pre-aeration primary tank supernatant and RAS mixing and distribution chamber

A new activated sludge aeration lane that matches existing with two new 35 m diameter final settlement tanks and RAS system

A new Tertiary Solids Removal treatment stage

A new standby power facility

A new centrate storage tank and pump system to return centrate for treatment

A new Picket Fence Thickener to operate in parallel to two existing units

A new liquor return pump station to return site liquors for treatment

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

02366661

Reading

RG18DB

UK

Contact person: Thames Water

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: https://www.thameswater.co.uk/

I.3) Communication

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

https://forms.office.com/e/Nf6ihHFYT7


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2172MainsRehabilitation


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Mains Rehabilitation

Reference number: FA2172

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This project includes, but is not limited to the following packages of work:

A new chemical storage and dosing system to aid Phosphorus removal

A new pre-aeration primary tank supernatant and RAS mixing and distribution chamber

A new activated sludge aeration lane that matches existing with two new 35 m diameter final settlement tanks and RAS system

A new Tertiary Solids Removal treatment stage

A new standby power facility

A new centrate storage tank and pump system to return centrate for treatment

A new Picket Fence Thickener to operate in parallel to two existing units

A new liquor return pump station to return site liquors for treatment

II.1.5) Estimated total value

Value excluding VAT: 440 000 000.00  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

Lot 1 (Design and Build)

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

The whole of the Thames Water Region

II.2.4) Description of the procurement

Lot 1 - Design and Build

Water Quality, Burst Driven, DMA Replacement

IChemE Burgundy Book - TW Amendments

Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves.

Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box.

Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc.

Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.

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: 320 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend up to a maximum duration of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Lot No: 2

II.2.1) Title

Lot 2 (Build Only)

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

The whole of the Thames Water Region

II.2.4) Description of the procurement

Lot 2 - Build Only

Water Quality, Burst Driven, DMA Replacement

NEC4 ECSS Short form with TW Amendments

Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves.

Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box.

Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc.

Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.

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: 120 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend up to a maximum duration of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

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 & 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 Invitation to Negotiate Document

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.

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: 14/01/2025

Local time: 10:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.MSOfficeForms.co.uk).

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system. To complete the PQQ you will need to login to the project SharePoint site.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The 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 Limited

Reading

UK

VI.5) Date of dispatch of this notice

28/11/2024

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45000000 Construction work Construction and Real Estate

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.