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

Supply of Water Filtration Equipment and Products

  • First published: 10 July 2020
  • Last modified: 10 July 2020

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:
10 July 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Thames Water currently has 12 cartridge filtration plants with over 2 946 cartridge filters used in removing cryptosporidium and other particles from the feed water. There are plans to increase the number of cartridge filtration plants in AMP7.

This lot will cover the design, supply and commissioning of new cartridge filtration plants and replacement of existing cartridge filters. We also require technical support and autopsy services for the cartridge filters provided.

Installation of new plants and filters is currently carried out by Thames Water supply chain, however we will test bidders capability to provide installation services for us.

Please note that DWI Regulation 31 certification is a mandatory requirement for this agreement as all products coming in contact with water must have DWI approval.

We aim to appoint a single supplier for this lot and any agreement entered into will be for an initial term of 3 years, with options to extend to a maximum of 8 years.

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.2) Joint procurement

The contract is awarded by a central purchasing body

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply of Water Filtration Equipment and Products

Reference number: FA1372

II.1.2) Main CPV code

42912350

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Thames Water is looking for a number of partners to help support our water filtration process and improve water quality by removing bacteria, dissolved salts, cryptosporidium and other particles from the feed water.

We have split our requirement into lots:

— Lot 1: Cartridge Filtration

— Lot 2: Ultrafiltration Membranes

— Lot 3: Microfiltration Membranes.

Bidders can apply for more than one lot and can submit variant bids.

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: 1

II.2.1) Title

Supply of Cartridge Filteration Equipment and Products

II.2.2) Additional CPV code(s)

42912350

42912300

42912310

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

Thames Water currently has 12 cartridge filtration plants with over 2 946 cartridge filters used in removing cryptosporidium and other particles from the feed water. There are plans to increase the number of cartridge filtration plants in AMP7.

This lot will cover the design, supply and commissioning of new cartridge filtration plants and replacement of existing cartridge filters. We also require technical support and autopsy services for the cartridge filters provided.

Installation of new plants and filters is currently carried out by Thames Water supply chain, however we will test bidders capability to provide installation services for us.

Please note that DWI Regulation 31 certification is a mandatory requirement for this agreement as all products coming in contact with water must have DWI approval.

We aim to appoint a single supplier for this lot and any agreement entered into will be for an initial term of 3 years, with options to extend to a maximum of 8 years.

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement will be awarded for an initial term of 3 years, with options to extend up to maximum 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

Lot No: 2

II.2.1) Title

Supply of Ultrafiltration Equipment and Membranes

II.2.2) Additional CPV code(s)

42912350

42912300

42912310

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

This lot is for the design, supply and commissioning of Ultrafiltration equipment and membranes. We also require technical support and autopsy services for the membranes provided. Please note that maintenance is excluded from this scope.

Installation of new plants or membranes is currently carried out by Thames Water supply chain, however we will test bidders capability to provide installation services for us.

Please note that DWI Regulation 31 certification is a mandatory requirement for this agreement as all products coming in contact with water must have DWI approval.

We aim to award multiple suppliers for this lot, any agreement entered into will be for an initial term of 3 years with options to extend up to a maximum of 8 years.

There is a requirement to replace 17 racks of Ultrafiltration membranes (1360 UF membranes) at Thames Water Desalination Plant in FY20/21, we will consider awarding this supply as part of the procurement.

However, new plants and subsequent replacements will be awarded via mini-competitions run by Thames Water.

II.2.5) Award criteria

Cost criterion: Technical / Weighting: 60

Cost criterion: Commercial / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement will be awarded for an initial term of 3 years, with options to extend up to maximum 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

Lot No: 3

II.2.1) Title

Supply of Ultrafiltration Equipment and Membranes

II.2.2) Additional CPV code(s)

42912350

42912300

42912310

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

This lot is for the design, supply and commissioning of microfiltration equipment and membranes. We also require technical support and autopsy services for the membranes provided.

Please note that maintenance is excluded from this scope.

Installation of new plants is currently carried out by Thames Water supply chain, however we will test bidders capability to provide installation services for us.

Please note that DWI Regulation 31 certification is a mandatory requirement for this agreement as all products coming in contact with water must have DWI approval.

We aim to award multiple suppliers for this lot, all new plants and replacements of existing membranes will be awarded via mini-competitions run by Thames Water.

Any agreement entered into will be for an initial term of 3 years, with options to extend to a maximum of 8 years.

Thames Water however reserves the right to award single or multiple suppliers or make no award at all.

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement will be awarded for an initial term of 3 years, with options to extend up to maximum 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

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:

2019/S 234-574521

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Supply of Cartridge Filters and Skids

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/05/2020

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

Amazon Filters Ltd

Surrey

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Supply of Ultrafiltration Membranes and Parts

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/05/2020

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

Pentair Water Process Technology BV

Enschede, 7547TC

NL

NUTS: NL133

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 3

Title: Supply of Ultrafiltration Membranes and Parts

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/05/2020

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

Suez Water Technologies and Solutions (UK) Limited Partnership

Peterborough

UK

NUTS: UKH11

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.

Please note lot 3 has been cancelled.

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

08/07/2020

Coding

Commodity categories

ID Title Parent category
42912350 Filtration plant equipment Liquid filtering or purifying machinery and apparatus
42912300 Machinery and apparatus for filtering or purifying water Liquid filtering or purifying machinery and apparatus
42912310 Water filtration apparatus Liquid filtering or purifying machinery and apparatus

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.