Opportunity

Slow Sand Filter Beds and Rapid Gravity Filter Refurbishment Services and Media supply

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-001881

Published 21 January 2022, 3:20pm



The closing date and time has been changed to:

18 February 2022, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

www.thameswater.co.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.thameswater.co.uk/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.thameswater.co.uk/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Slow Sand Filter Beds and Rapid Gravity Filter Refurbishment Services and Media supply

Reference number

FA1657

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Thames Water are seeking a number of partners to maintain its slow sand filter beds and rapid gravity filters so they are efficient and effective through refurbishment services and good quality media.

Services required for this framework agreement are split into the following lots:

Lot 1 -Media removal and installation

Lot 2- Slow sand filter bed refurbishments

Lot 3- Supply of floor blocks for the slow sand filter beds

Lot 4- Media supply for slow sand filter beds

Lot 5- Rapid gravity filter refurbishments

Lot 6- Media supply for rapid gravity filters

The specifications for each lot are provided in the documents relating to this procurement along with the terms and conditions which are yet to be finalised.

Bidders can apply for an individual lot or for more than one lot.

two.1.5) Estimated total value

Value excluding VAT: £35,604,492

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Media removal and installation

Lot No

1

two.2.2) Additional CPV code(s)

  • 43300000 - Construction machinery and equipment
  • 45112400 - Excavating work

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water Region.

two.2.4) Description of the procurement

This lot is for the removal and installation of media for the slow sand filter beds. The supplier will be required to remove media and GAC, using their own machinery, from our slow sand filter beds. Please note that this activity is also undertaken by our in-house teams meaning this agreement would be used as additional capacity.

The supplier under this lot will need to work closely with our sites and potentially the slow sand filter refurbishment suppliers in order to minimise the down time of the slow sand filters beds as they are crucial to our water treatment process. Please also note

that this lot is not for the supply of media.

Thames Water aims to award a sole supplier for this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,061,816

two.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

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.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: Yes

two.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

two.2) Description

two.2.1) Title

Slow Sand Filter Refurbishment Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 42912350 - Filtration plant equipment
  • 45200000 - Works for complete or part construction and civil engineering work

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water Region.

two.2.4) Description of the procurement

Thames Water have approximately 114 slow sand filter beds across 5 sites which are typically inspected every 10 years. As part of these inspections the supplier normally inspects the slow sand filter beds with a Thames Water expert, provides confirmation of repairs required, liaises with a Thames Water site representative, liaises with other framework suppliers where required (i.e. block supplier, media supplier etc.), carries out repairs and refurbishments.

As part of the process, the supplier is expected to use 'before' and 'after' photos to show works done to the slow sand filter beds to highlight any issues in the short term and the future for Thames Water. Thames Water have specific requirements relating to the materials used in slow sand filter beds which suppliers must adhere to. All information relating to materials will be detailed in the documents relating to this procurement.

Thames Water aims to award a primary and reserve supplier for this lot however, reserves the right to award a single supplier.

Thames Water also reserves the right carry out competitive mini competition exercises between the suppliers in this lot for services that are not captured in the rate card for the framework agreement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £14,024,216

two.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

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.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.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

two.2) Description

two.2.1) Title

Supply for floor blocks for the slow sand filter bed

Lot No

3

two.2.2) Additional CPV code(s)

  • 44111600 - Blocks

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water Region.

two.2.4) Description of the procurement

Thames Water require blocks for its slow sand filter beds. Blocks supplied must be suitable for potable water meaning blocks must not contamination treated water. Thames Water have specific requirements relating to the materials used in slow sand filter beds which suppliers must adhere to. All information relating to blocks will be detailed in the documents relating to this procurement. The block supplier must work closely with both Thames Water site personnel and potentially other refurbishment suppliers in order to minimise the down time of our slow sand filter beds as they are crucial to our water treatment process.

Thames Water aims to award a primary and reserve supplier for this lot however, reserves the right to award a single supplier.

Thames Water reserves the right carry out competitive mini competition exercises between the suppliers in this lot for services that are not captured in the rate card for the framework agreement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £12,643,916

two.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

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.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.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.

two.2) Description

two.2.1) Title

Media supply for slow sand filter beds

Lot No

4

two.2.2) Additional CPV code(s)

  • 14210000 - Gravel, sand, crushed stone and aggregates

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water Region.

two.2.4) Description of the procurement

Thames Water requires a supplier that can deliver media for its slow sand filter bed. Media must be washed before delivered to site to remove all contaminations in the product.

Thames Water have specific requirements for the media used for its slow sand filter beds which suppliers must adhere to. All information relating to media for slow sand filter beds will be detailed in the documents relating to this procurement.

Thames Water aim to award a primary and reserve supplier for this lot however, reserves the right to award a single supplier.

Thames Water also reserves the right carry out competitive mini competition exercises between the suppliers in this lot for services that are not captured in the rate card for the framework agreement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,075,888

two.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

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

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: Yes

two.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.

two.2) Description

two.2.1) Title

Rapid Gravity Filter Refurbishment Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 42912350 - Filtration plant equipment
  • 45200000 - Works for complete or part construction and civil engineering work

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water Region.

two.2.4) Description of the procurement

Thames Water have approximately 180 rapid gravity filters across the Thames Water region which may need a repair or refurbishment services.

When a repair or refurbishment request is raised the supplier is expected to liaise with the Thames Water expert and sites and potentially other suppliers (i.e. media supplier etc), to undertake repairs and refurbishments. As part of the process, the supplier is expected to use 'before' and 'after' photos to show works done to the rapid gravity filter to highlight any issues in the short term and the future for Thames Water.

Thames Water have specific standards relating to the materials used and processes to be undertaken when refurbishing rapid gravity filters. All information relating to rapid gravity filters will be detailed in the documents relating to this procurement which the suppliers must adhere to.

Thames Water aims to award this lot to a maximum of three suppliers, however, reserves the right to award a single supplier.

Mini competitions will apply to this lot for spend above £75k to determine the best solution and price following a criteria in the framework agreement which are part of the documents for this procurements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,550,992

two.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

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.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.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.

two.2) Description

two.2.1) Title

Media supply for rapid gravity filters

Lot No

6

two.2.2) Additional CPV code(s)

  • 42912350 - Filtration plant equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water Region.

two.2.4) Description of the procurement

Thames Water requires a supplier that can deliver media for its rapid gravity filters. Media must be washed before delivered to site to remove all contaminations in the product.

Thames Water have specific requirements for the media used for its rapid gravity filter which suppliers must adhere to. All information relating to media for rapid gravity filters will be detailed in the documents relating to this procurement.

Thames Water aim to award a primary and reserve supplier for this lot however, reserves the right to award a single supplier.

Thames Water also reserves the right carry out competitive mini competition exercises between the suppliers in this lot for services that are not captured in the rate card for the framework agreement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £247,664

two.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

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.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: Yes

two.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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in the PQQ.

three.1.6) Deposits and guarantees required

Bonds and/or parent company guarantees of performance and financial standing may be required.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As detailed in the ITN.

three.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 any award.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the ITN.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

11 February 2022

Local time

2:00pm

Changed to:

Date

18 February 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between 3 & 8 years.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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

All bidders will receive an email from procurement.support.centre@thameswater.co.uk containing their log on details into our Smartsource Portal in order to access the PQQ documents.

If the project requires it you will receive an additional and separate survey to complete for Data Protection.

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Ltd

Reading

Country

United Kingdom

six.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)

six.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities Ltd

Reading

Country

United Kingdom