Contract 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.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.thameswater.co.uk/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.thameswater.co.uk/procurement
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tanks
Reference number: FA1470
II.1.2) Main CPV code
44611000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Tanks are a critical asset in the water and wastewater treatment process. If tanks develop holes and/or cease to work effectively; the treatment process capacity is reduced and can lead to increased running costs and potential for catastrophic failure of the asset.
Thames Water Utilities Ltd wishes to establish a framework agreement for the provision of a range of tanks to be used on their Water and Wastewater sites across their entire region.
The agreement has been split into three specific lots, covering 5 main tank types.
Applicants are invited to apply for the following lots:
Lot 1: Sludeg holding tanks and Digesters,
Lot 2: Fuel tanks,
Lot 3: Chemical tanks and Salt Saturators.
Each lot will be awarded to 1-4 suppliers.
Companies may apply for one or more lots.
II.1.5) Estimated total value
Value excluding VAT:
10 400 000.00
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: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
1-3
II.2) Description
Lot No: 1
II.2.1) Title
Sludge Holding Tanks and Digesters
II.2.2) Additional CPV code(s)
44611000
45252122
44611420
II.2.3) Place of performance
NUTS code:
UKJ
UKI
Main site or place of performance:
Whole of TW Area.
II.2.4) Description of the procurement
The provision of sludge holding tanks and digesters as below.
Glass reinforced steel tanks are generally used in Wastewater Sludge treatment applications, i.e. sludge holding tanks, sludge buffer tanks, picket fence thickeners, primary digesters and secondary digesters.
Sludge holding, buffer blending tanks:
Provide temporary storage for a type of sludge or blend of sludges, i.e. primary, humus and/or activated sludges. These sludges can be indigenous or imported from other sites. Tanks usually include some form of mixing facility.
Primary and secondary digesters:
Primary digesters are fixed roof structures where blended sludge is digested for between 12 to 25 days to reduce sludge volume, kill pathogens and generate methane gas.
Secondary digesters are the second stage of sludge digestion, providing additional pathogen kill.
Both tanks include either mechanical mixing (via a pump impeller) or using gas mixing systems.
TW wish to award this Lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW asset standards.
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:
5 300 000.00
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:
The initial term will be for 3 years with options to extend up to maximum term of 8 years.
II.2.10) Information about variants
Variants will be accepted:
Yes
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 an option to extend up to a maximum of 8 years subject to assessed performance.
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
Fuel tanks
II.2.2) Additional CPV code(s)
44611000
44611400
II.2.3) Place of performance
NUTS code:
UKJ
UKI
Main site or place of performance:
Whole of TW Area.
II.2.4) Description of the procurement
The provision of fuel tanks.
Fuel tanks are currently used either for bulk storage in the order of up to 350 000 litres or as day tanks from 500 litres to 100 000 litres.
TW store these on their premises to heat and run their premises and standby generators.
Compliance with government regulations and TW Asset Standards is vital to ensuring not only safety to people and the environment but also that TW are not fined or prosecuted.
TW wish to award this lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW Asset Standards.
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:
3 200 000.00
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:
The initial term will be for 3 years with options to extend up to maximum term of 8 years.
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 3 years, with options to extend 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
Chemical Tanks and Salt Saturators
II.2.2) Additional CPV code(s)
44611000
44611400
II.2.3) Place of performance
NUTS code:
UKJ
UKI
Main site or place of performance:
Whole of TW Area.
II.2.4) Description of the procurement
The provision of chemical tanks and salt saturators as below.
Chemical tanks are contained in kiosk type tank units. The tanks contain chemicals, dosing pumps, level sensors, flow meters etc. required for chemical dosing treatment of water and wastewater.
These tanks hold various chemicals, including:
• sodium hypochlorite,
• sodium bisulphite,
• sodium hydroxide,
• sulphuric acid,
• ferric sulphate,
• orthophosphoric acid,
• polyaluminium chloride,
• softened water.
Storage tanks are arranged in pairs, depending on the size of the installation many pairs may be connected in series. In each pair there is a master tank and a slave tank.
These tanks may be constructed of Thermoplastics or GRP and may be conventionally bunded or internally bunded.
Salt saturators are used on sites where part of the treatment requires softened water.
This is generally to prevent the main treatment chemical from precipitating out of solution and blocking dosing pipes.
Salt saturators normally have a layer of gravel on the bottom, PDV salt is filled on top of this and a constant head of service water is applied to fill the remainder of the tank. This results in a brine solution discharged from the bottom of the tank to whichever application it is used for.
These tanks are normally supplied with dust arrestors, which prevent clouds of powdered salt being emitted during deliveries.
TW wish to award this lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW Asset Standards.
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:
1 900 000.00
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:
The initial term will be for 3 years with options to extend up to maximum term of 8 years.
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 3 years, with options to extend 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the PQQ.
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 the PQQ documentation.
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 the ITN 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
As stated in the invitation to negotiation document.
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: 9
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:
17/11/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Between 3 and 8 years.
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 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.
Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.
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
21/10/2020