- Scope of the procurement
- Lot 1. Media removal and installation
- Lot 2. Slow Sand Filter Refurbishment Services
- Lot 3. Supply for floor blocks for the slow sand filter bed
- Lot 4. Media supply for slow sand filter beds
- Lot 5. Rapid Gravity Filter Refurbishment Services
- Lot 6. Media supply for rapid gravity filters
Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
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