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