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 Award Notice

Polluted Surface Water Outfalls

  • First published: 12 February 2021
  • Last modified: 12 February 2021

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:
12 February 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement covers a specialist service whereby suppliers resolve polluted surface outfalls that are suspected of suffering from widespread misconnections of household appliances (e.g. washing machines), raw sewage sources (toilets) and in other cases trade effluent from commercial premises. Thames Water is alerted to the possibility of a polluted outfall by reports from the Environmental Agency, Local Councils, Thames’s own work force, stakeholder groups or the public. We run the surface water outfall programme (SWOP) in conjunction with the Environment Agency to identify outfalls to watercourses suffering from wastewater pollution. These outfalls have been diagnosed with widespread diffuse sources, likely third-party misconnections.

Misconnections on private properties are the responsibility of the property owner. Outstanding misconnections which have not been resolved by customers, will be handed to the relevant Local Authority for legal action.

Projects will be awarded mini competition or Direct Award by the Environmental Protection Team (EPT) of Thames Water. Once a project is awarded, the supplier traces the pollution and narrows down the areas in a catchment that require further investigation. Property surveys are then carried out in these areas which includes initial letters to notify properties of the survey requirement and the standard PSWO letters to advise owners of any issues and/or misconnections that are identified by surveys of pipework using dye testing, caging, CCTV etc.

A project is split into 4 main stages:

— pre-survey – initial planning stages before field work,

— field investigations – including pollution tracing and required property surveys,

— rectifications – where all field work is complete and misconnections are awaiting rectification by owners.

Projects will be awarded under the terms of the agreement via mini-competitions or direct award directly by Thames Water. We aim to appoint a maximum of 3 suppliers to the framework agreement.

Full notice text

Contract award 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.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Polluted Surface Water Outfalls

Reference number: FA1451

II.1.2) Main CPV code

90715000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement covers the investigation of polluted surface water sewer outfalls by testing and tracing of the affected sewer network to determine where misconnections or other pollution sources exist, contacting owners of properties where misconnections have been identified and liaising with property owners whilst they action the required rectifications to their drainage.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

II.2.2) Additional CPV code(s)

90715000

90491000

90700000

II.2.3) Place of performance

NUTS code:

UKI

UKJ

II.2.4) Description of the procurement

This procurement covers a specialist service whereby suppliers resolve polluted surface outfalls that are suspected of suffering from widespread misconnections of household appliances (e.g. washing machines), raw sewage sources (toilets) and in other cases trade effluent from commercial premises. Thames Water is alerted to the possibility of a polluted outfall by reports from the Environmental Agency, Local Councils, Thames’s own work force, stakeholder groups or the public. We run the surface water outfall programme (SWOP) in conjunction with the Environment Agency to identify outfalls to watercourses suffering from wastewater pollution. These outfalls have been diagnosed with widespread diffuse sources, likely third-party misconnections.

Misconnections on private properties are the responsibility of the property owner. Outstanding misconnections which have not been resolved by customers, will be handed to the relevant Local Authority for legal action.

Projects will be awarded mini competition or Direct Award by the Environmental Protection Team (EPT) of Thames Water. Once a project is awarded, the supplier traces the pollution and narrows down the areas in a catchment that require further investigation. Property surveys are then carried out in these areas which includes initial letters to notify properties of the survey requirement and the standard PSWO letters to advise owners of any issues and/or misconnections that are identified by surveys of pipework using dye testing, caging, CCTV etc.

A project is split into 4 main stages:

— pre-survey – initial planning stages before field work,

— field investigations – including pollution tracing and required property surveys,

— rectifications – where all field work is complete and misconnections are awaiting rectification by owners.

Projects will be awarded under the terms of the agreement via mini-competitions or direct award directly by Thames Water. We aim to appoint a maximum of 3 suppliers to the framework agreement.

II.2.11) Information about options

Options: Yes

Description of options:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration 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: Yes

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 a single operator.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 128-314965

Section V: Award of contract

Title: Polluted Surface Water Outfalls

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/12/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Water and Environmental Resource Management Ltd

Essex

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Title: Polluted Surface Water Outfalls

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/12/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

RPS Envioronmental Management Ltd

Warrington

UK

NUTS: UKD61

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

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.

The initial term of the framework agreement will be for 3 years with a maximum term of 8 years.

Please refer to the Draft ITN survey for additional literature.

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

This notice is publication of award.

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

09/02/2021

Coding

Commodity categories

ID Title Parent category
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90715000 Pollution investigation services Environmental management
90491000 Sewer survey services Sewer survey and sewage treatment consultancy 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.