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

AMP7/AMP8 Capital Programmes Geographic Lots for Infrastructure and Non-Infrastructure Projects

  • First published: 19 February 2021
  • Last modified: 19 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:
19 February 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The water non infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,

— disinfection,

— surge protection,

— chemical dosing,

— supervisory control and data acquisition (SCADA),

— run-to-waste facilities,

— cartridge filters and UV,

— increased power resilience,

— new service reservoirs.

— inspection and maintenance of existing service and storage reservoirs. The Wastewater non-infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new treatment facilities such as inlet works,

— stormwater storage,

— event duration monitors,

— settlement tanks,

— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),

— digester roof replacement,

— combined heat and power (CHP),

— chemical dosing,

— phosphorous removal,

— odour control,

— SCADA,

— increased power resilience.

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

AMP7/AMP8 Capital Programmes Geographic Lots for Infrastructure and Non-Infrastructure Projects

Reference number: FA1495

II.1.2) Main CPV code

45240000

 

II.1.3) Type of contract

Works

II.1.4) Short description

TWUL are procuring design and build delivery capability for Infrastructure and non-Infrastructure projects.

Essentially, TWUL recognises these as infrastructure – nominally the underground network of water mains and sewage and non-infrastructure – nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water’s water and wastewater infrastructure (network) and non-infrastructure (treatment) assets across the Thames Water region. The nature of the infrastructure scope broadly extends from rehabilitation, replacement and provision of new sewers and potable water pipelines to inspection and maintenance of aqueducts and tunnels. This will also include refurbishment, replacement and provision of new pumping station assets. Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: 2

II.2.1) Title

Non-Infrastructure — London

II.2.2) Additional CPV code(s)

90420000

45232151

45232421

45232422

45232423

45232430

45232431

45232440

45232451

45232453

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The water non infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,

— disinfection,

— surge protection,

— chemical dosing,

— supervisory control and data acquisition (SCADA),

— run-to-waste facilities,

— cartridge filters and UV,

— increased power resilience,

— new service reservoirs.

— inspection and maintenance of existing service and storage reservoirs. The Wastewater non-infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new treatment facilities such as inlet works,

— stormwater storage,

— event duration monitors,

— settlement tanks,

— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),

— digester roof replacement,

— combined heat and power (CHP),

— chemical dosing,

— phosphorous removal,

— odour control,

— SCADA,

— increased power resilience.

II.2.11) Information about options

Options: Yes

Description of options:

This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the contracting entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.

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

Lots 1 and 2 were the subject of Contract Notice 536240-2019 — AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects Reference number: FA1488.

Lot No: 3

II.2.1) Title

Non-Infrastructure — London

II.2.2) Additional CPV code(s)

90420000

45232151

45232421

45232422

45232423

45232430

45232431

45232440

45232451

45232453

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The water non infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,

— disinfection,

— surge protection,

— chemical dosing,

— supervisory control and data acquisition (SCADA),

— run-to-waste facilities,

— cartridge filters and UV,

— increased power resilience,

— new service reservoirs.

— inspection and maintenance of existing service and storage reservoirs. The Wastewater non-infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new treatment facilities such as inlet works,

— stormwater storage,

— event duration monitors,

— settlement tanks,

— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),

— digester roof replacement,

— combined heat and power (CHP),

— chemical dosing,

— phosphorous removal,

— odour control,

— SCADA,

— increased power resilience.

II.2.11) Information about options

Options: Yes

Description of options:

This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the contracting entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.

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

Lots 1 and 2 were the subject of contract notice 536240-2019 — AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects Reference number: FA1488

Lot No: 3

II.2.1) Title

Non-Infrastructure — London

II.2.2) Additional CPV code(s)

90420000

45232151

45232421

45232422

45232423

45232430

45232431

45232440

45232451

45232453

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The water non infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,

— disinfection,

— surge protection,

— chemical dosing,

— supervisory control and data acquisition (SCADA),

— run-to-waste facilities,

— cartridge filters and UV,

— increased power resilience,

— new service reservoirs.

— inspection and maintenance of existing service and storage reservoirs. The Wastewater non-infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new treatment facilities such as inlet works,

— stormwater storage,

— event duration monitors,

— settlement tanks,

— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),

— digester roof replacement,

— combined heat and power (CHP),

— chemical dosing,

— phosphorous removal,

— odour control,

— SCADA,

— increased power resilience.

II.2.11) Information about options

Options: Yes

Description of options:

This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the contracting entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.

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

Lots 1 and 2 were the subject of Contract Notice 536240-2019 — AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects Reference number: FA1488.

Lot No: 4

II.2.1) Title

Non-Infrastructure — London

II.2.2) Additional CPV code(s)

90420000

45232151

45232421

45232422

45232423

45232430

45232431

45232440

45232451

45232453

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The water non infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,

— disinfection,

— surge protection,

— chemical dosing,

— supervisory control and data acquisition (SCADA),

— run-to-waste facilities,

— cartridge filters and UV,

— increased power resilience,

— new service reservoirs.

— inspection and maintenance of existing service and storage reservoirs.

The Wastewater non-infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new treatment facilities such as inlet works,

— stormwater storage,

— event duration monitors,

— settlement tanks,

— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),

— digester roof replacement,

— combined heat and power (CHP),

— chemical dosing,

— phosphorous removal,

— odour control,

— SCADA,

— increased power resilience.

II.2.11) Information about options

Options: Yes

Description of options:

This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.

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

Lots 1 and 2 were the subject of Contract Notice 536240-2019 - AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects Reference number: FA1488

Lot No: 5

II.2.1) Title

Non-Infrastructure — London

II.2.2) Additional CPV code(s)

90420000

45232151

45232421

45232422

45232423

45232430

45232431

45232440

45232451

45232453

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The water non infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,

— disinfection,

— surge protection,

— chemical dosing,

— supervisory control and data acquisition (SCADA),

— run-to-waste facilities,

— cartridge filters and UV,

— increased power resilience,

— new service reservoirs.

— inspection and maintenance of existing service and storage reservoirs. The Wastewater non-infrastructure scope includes but is not limited to:

— refurbishment, replacement and provision of new treatment facilities such as inlet works,

— stormwater storage,

— event duration monitors,

— settlement tanks,

— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),

— digester roof replacement,

— combined heat and power (CHP),

— chemical dosing,

— phosphorous removal,

— odour control,

— SCADA,

— increased power resilience.

II.2.11) Information about options

Options: Yes

Description of options:

This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period

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

Lots 1 and 2 were the subject of Contract Notice 536240-2019 — AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects Reference number: FA1488.

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 050-119967

Section V: Award of contract

Lot No: Lot 3 and 6

Contract No: Galliford Try Construction Limited

Title: Lot 3 — Thames Valley Non-Infrastructure, Lot 6 South London Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2020

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

Galliford Try Construction Ltd

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 4

Contract No: Interserve Construction Ltd

Title: Thames Valley Non-Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2020

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

Interserve Construction Ltd

Birmingham

UK

NUTS: UKG31

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 5

Contract No: J Murphy & Sons Ltd

Title: North London Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2020

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

J Murphy and Sons Ltd

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 6 and 7

Contract No: Morrison Utility Services Limited

Title: Lot 6 South London Infrastructure, Lot 7 Thames Valley Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2020

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

Morrison Utility Services Ltd

Stevenage

UK

NUTS: UKH23

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 4 and Lot 7

Contract No: Mott MacDonald Bentley Limited

Title: Lot 4 Thames Valley Non-Infrastructure, Lot 7 Thames Valley Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2020

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

Mott MacDonald Bentley Ltd

Skipton

UK

NUTS: UKE2

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 3

Contract No: MWH Treatment Limited

Title: Thames Valley Non-Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2020

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

MWH Treatment Ltd

Salford

UK

NUTS: UKD36

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: Barhale Ltd

Title: North London Infrastructure

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2020

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

Barhale Ltd

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

It is proposed that these framework agreements will run for an initial period of approximately 5 years, with the option to extend on an annual basis for a maximum further 5 years. TWUL does not propose to amend the scope of works across each of the lots as it moves from AMP7 to AMP8. TWUL reserves the right to extend individual lots within this framework agreement, where operational benefits exist for doing so. TWUL proposes that any extension will apply to all elements of the contract, including but not limited to price review mechanisms (subject to any approved variations).

Note that your client may be Thames Water Utilities Ltd 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 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

15/02/2021

Coding

Commodity categories

ID Title Parent category
45232440 Construction work for sewage pipes Ancillary works for pipelines and cables
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45232451 Drainage and surface works Ancillary works for pipelines and cables
45232453 Drains construction work Ancillary works for pipelines and cables
45232423 Sewage pumping stations construction work Ancillary works for pipelines and cables
90420000 Sewage treatment services Sewage services
45232421 Sewage treatment works Ancillary works for pipelines and cables
45232422 Sludge-treatment works Ancillary works for pipelines and cables
45232431 Wastewater pumping station Ancillary works for pipelines and cables
45232151 Water-main refurbishment construction work Ancillary works for pipelines and cables
45232430 Water-treatment work Ancillary works for pipelines and cables

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.