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