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

Design, Installation, Maintenance and Refurbishment of Reed Beds

  • First published: 29 October 2020
  • Last modified: 29 October 2020

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:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
29 October 2020
Deadline date:
10 November 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

In this lot Thames Water requires the services of a design and installation service provider for reed beds on new installations of sewage treatment works. This will often be part of larger value capital projects, where the reed bed makes up a part of the construction. The service provider with be responsible as the primary contractor for this part of the project.

Full notice text

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

Design, Installation, Maintenance and Refurbishment of Reed Beds

Reference number: FA1537

II.1.2) Main CPV code

45259100

 

II.1.3) Type of contract

Works

II.1.4) Short description

We are the UK’s largest Water and Wastewater services provider, recycling waste from 15 m people safely back to the environment, 24 hours a day, 365 days of the year.

In this enquiry Thames Water requires the services of a (lot 1) design and install service provider for Reed Beds on new installations of sewage treatment works. We also require the services of a (lot 2) design and refurbishment service provider when current reed beds reach their end of life or the STW's requirements have changed. Maintenance of the reed beds is also required twice a year and will include clearing out the reeds and ensuring the beds funtion efficiently.

There are currently 90 Reed beds, within 47 sites across the Thames Water estate. North London= 36 %, Central TV=28%, South TV=28%, North TV=11%.

II.1.5) Estimated total value

Value excluding VAT: 7 392 000.00  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: 2

II.2) Description

Lot No: 1

II.2.1) Title

Design and Install new Reed Beds

II.2.2) Additional CPV code(s)

45252100

45222100

45252000

45252130

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

In this lot Thames Water requires the services of a design and installation service provider for reed beds on new installations of sewage treatment works. This will often be part of larger value capital projects, where the reed bed makes up a part of the construction. The service provider with be responsible as the primary contractor for this part of the project.

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: 1 760 000.00  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 is 3 years with an option to extend to 8 years - (3 + 2 + 2 + 1=8).

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The initial term is 3 years with an option to extend to 8 years - (3 + 2 + 2 + 1=8).

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

Design, Maintain, Refurbishment Services of Reed Beds

II.2.2) Additional CPV code(s)

37321200

45252000

45453100

45252130

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

In this lot Thames Water requires the services of a design and refurbishment service provider to a act as principle contractor on projects where current reed beds reach their end of life or the STW's requirements have changed. Maintenance of the reed beds is also required twice a year and will include clearing out the reeds and ensuring the beds function efficiently.

There are currently 90 Reed beds, within 47 sites across the Thames Water estate. North London= 36 %, Central TV=28%, South TV=28%, North TV=11%.

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: 5 632 000.00  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 is 3 years with an option to extend to 8 years - (3 + 2 + 2 + 1=8).

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The initial term is 3 years with an option to extend to 8 years - (3 + 2 + 2 + 1=8).

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 invitation to negotiate.

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

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: 4

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: 10/11/2020

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: 12 (from the date stated for receipt of tender)

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

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

22/10/2020

Coding

Commodity categories

ID Title Parent category
45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
37321200 Reeds Accessories of musical instruments
45453100 Refurbishment work Overhaul and refurbishment work
45252130 Sewage plant equipment Construction works for sewage treatment plants, purification plants and refuse incineration plants
45252100 Sewage-treatment plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45222100 Waste-treatment plant construction work Construction work for engineering works except bridges, tunnels, shafts and subways
45259100 Wastewater-plant repair and maintenance work Repair and maintenance of plant

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.