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
Ozone Plant Maintenance
Reference number: FA1442
II.1.2) Main CPV code
45259000
II.1.3) Type of contract
Works
II.1.4) Short description
Maintenance of all Ozone plant across the TW estate, covering 9 sites in total.
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
Ozone Plant Maintenance — Region 1
II.2.2) Additional CPV code(s)
42981000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of Thames Water region.
II.2.4) Description of the procurement
Maintenance of all Ozone plant across the sites designated for Lot 1 — Region 1, which are Chingford WTW, Coppermills WTW, Farmoor WTW, Fobney WTW and Swinford WTW.
Services will include planned preventative maintenance (PPM) and defect maintenance (DM), audits, asset inspections, testing and reporting. Also, to be maintained will be gas detection and ventilation systems.
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:
No
Lot No: 2
II.2.1) Title
Ozone Plant Maintenance — Region 2
II.2.2) Additional CPV code(s)
42981000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
Whole of Thames Water region.
II.2.4) Description of the procurement
Maintenance of all Ozone plant across the sites designated for Lot 2 — Region 2, which are Ashford WTW, Hampton WTW, Kempton WTW and Walton WTW.
Services will include planned preventative maintenance (PPM) and defect maintenance (DM), audits, asset inspections, testing and reporting. Also, to be maintained will be gas detection and ventilation systems.
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:
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 208-508809
Section V: Award of contract
Lot No: 1 & 2
Contract No: 1
Title: Ozone Plant Maintenance
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
24/05/2021
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
Fin-Tek Corporation
Devon
UK
NUTS: UKK4
The contractor is an SME:
Yes
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
This notice is a notification of award (not an opportunity to apply).
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
01/06/2021