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 Notice

Asset, Capital and Engineering Professional Services

  • First published: 06 March 2024
  • Last modified: 06 March 2024

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:
ocds-h6vhtk-0445ad
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
06 March 2024
Deadline date:
05 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
79415200 Design consultancy services Production management consultancy services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
90712000 Environmental planning Environmental management
71311300 Infrastructure works consultancy services Civil engineering consultancy services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works

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.