Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
THAMES WATER UTILITIES LIMITED
02366661
Reading
RG18DB
UK
Contact person: Thames Water
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: https://www.thameswater.co.uk/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.thameswater.co.uk/about-us/our-suppliers/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://thameswater.smartsourceportal.com
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Asset, Capital and Engineering Professional Services
Reference number: FA1980
II.1.2) Main CPV code
71800000
II.1.3) Type of contract
Services
II.1.4) Short description
To provide Professional Services to support the delivery of Thames Water's Asset and Capital Delivery programmes, which will be sourced via service packages or secondment requests. In scope services are to include engineering, commercial, environmental, programme management and asset management consultancy.
II.1.5) Estimated total value
Value excluding VAT:
400 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
II.2) Description
Lot No: 1
II.2.1) Title
Multi-Disciplinary Services
II.2.2) Additional CPV code(s)
71800000
79415200
II.2.3) Place of performance
NUTS code:
UKH
UKI
Main site or place of performance:
Whole of Thames Water Region
II.2.4) Description of the procurement
To provide Thames Water with a combination of services from infrastructure and non-infrastructure engineering, environmental, commercial, assurance and programme management to support with the delivery of operational and regulated delivery targets. This lot is to be used where the scope of work does not predominantly fall within the scope of one of the other lots. Thames Water will reserve the right to split services scope or bundle servicess' scope for projects/needs at its descretion. Service packages only.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
133 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Professional Services may be retendered following the expiration of the framework agreement
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement would be for an initial duration of 5 years, with options to extend annually up to a maximum overall 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
Engineering Services & Resources (Infrastructure)
II.2.2) Additional CPV code(s)
71311300
71800000
II.2.3) Place of performance
NUTS code:
UKH
UKI
Main site or place of performance:
Whole of Thames Water Region
II.2.4) Description of the procurement
To provide Thames Water with service packages or secondees to the business, to support with infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
53 400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Professional Services may be retendered following the expiration of the framework agreement.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall 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
Engineering Services & Resources (Non-Infrastructure)
II.2.2) Additional CPV code(s)
71310000
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
To provide Thames Water with service packages or secondees to the business, to support with non-infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
53 400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Professional Services may be retendered following the expiration of the framework agreement
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall 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: 4
II.2.1) Title
Environmental Services & Resources
II.2.2) Additional CPV code(s)
71313400
90712000
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
To provide Thames Water with service packages or secondees to the business, to support with environmental services, such as (but not limited to) odour monitoring, ecological surveys, flow monitoring and drought planning for the delivery of operational or regulatory delivery programmes.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
53 400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Professional Services may be retendered following the expiration of the framework agreement
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall 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: 5
II.2.1) Title
Commercial and Assurance Services & Resources
II.2.2) Additional CPV code(s)
71242000
71322100
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
To provide Thames Water with service packages or secondees to the business, to support with (but not limited to) target setting, value-for-money assessments, quantity surveying services and development of commercial analyses for the delivery of operational or regulatory delivery programmes
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
53 400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Professional Services may be retendered following the expiration of the framework agreement
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall 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: 6
II.2.1) Title
Programme Management Office Services & Resources
II.2.2) Additional CPV code(s)
71541000
72224000
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
To provide Thames Water with service packages or secondees to the business, to support with (but not limited to) programme management solutions, benefits management, change control and transition plans for the delivery of operational or regulatory delivery programmes
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
53 400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Professional Services may be retendered following the expiration of the framework agreement
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall 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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As detailed in section VI.3 and PQQ
III.1.6) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in Invitation to Negotiate Document
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to award
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 several operators.
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/04/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in
Section I.3 (www.thameswater.co.uk/procurement)
From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.
If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Limited
Reading
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Thames Water Utilities Limited 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 (SI 2016 No 274) 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.5) Date of dispatch of this notice
05/03/2024