Tender

Water Networks -Developer Services and Infrastructure Programmes

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-002328

Procurement identifier (OCID): ocds-h6vhtk-030fb1

Published 26 January 2022, 3:29pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.thameswater.co.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Networks -Developer Services and Infrastructure Programmes

Reference number

FA1594

two.1.2) Main CPV code

  • 45240000 - Construction work for water projects

two.1.3) Type of contract

Works

two.1.4) Short description

Thames Water are seeking experienced organisations to provide the following works and services:

1. Developer Services - The scope of service includes mains and service connections, network reinforcement and diversions and Major Projects works, these typically have a value of £3m.

2. Infrastructure Programmes - The scope of work includes minor capital works, lead pipe replacement, trunk mains leakage and network maintenance. This will also cover Major Projects which typically have a value of £3m.

two.1.5) Estimated total value

Value excluding VAT: £1,040,000,000

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

Developer Services - Mains and Service Connections (London)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45232151 - Water-main refurbishment construction work
  • 45240000 - Construction work for water projects

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London.

two.2.4) Description of the procurement

Thames Water seeks the provision of Developer Services for water mains and general associated services. The work is related to the provision of services to Developer Customers (including house builders, property developers and other infrastructure providers).

The services will include new water mains and new water service connections, network reinforcement and diversion works. All new service connections must be fitted with a Smart Meter, mains connections will not generally need metering unless specified in the design.

Thames Water will be appointing a single supplier to undertake the works for Lot 1. This will be for London only. We reserve the right to not award the new service connections scope of this lot, this has an estimated value of £18,000,000 p.a.

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: £224,000,000

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 period of five years, with the option to extend for up to 3 years, 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: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial period of five years, with the option to extend for up to 3 years up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Developer Services - Mains and Service Connections (Thames Valley)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45232151 - Water-main refurbishment construction work
  • 45240000 - Construction work for water projects

two.2.3) Place of performance

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

Thames Valley.

two.2.4) Description of the procurement

Thames Water seeks the provision of Developer Services for water mains and general associated services. The work is related to the provision of services to Developer Customers (including house builders, property developers and other infrastructure providers).

The services will include new water mains and new water service connections, network reinforcement and diversion works. All new service connection must be fitted with a Smart Meter, mains connection will not generally need metering unless specified in the design.

Thames Water will be appointing a single supplier to undertake the works for Lot 2. This will be for Thames Valley only. We reserve the right to not award the new service connections scope of this lot, this has an estimated value of £6,000,000 p.a.

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: £80,000,000

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 period of five years, with the option to extend for up to 3 years, 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: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial period of five years, with the option to extend for up to 3 years up to a maximum overall term of 8 years.

two.2.14) Additional information

Suppliers who are awarded onto the Lot may be asked to step in or assist suppliers qualified into Lot 1 under this procurement. Suppliers who are awarded onto this Lot may be asked to assist Thames Water's R&M repair teams from time to time, particularly in emergencies or major events.

two.2) Description

two.2.1) Title

Infrastructure Programmes

Lot No

3

two.2.2) Additional CPV code(s)

  • 45232151 - Water-main refurbishment construction work
  • 45240000 - Construction work for water projects

two.2.3) Place of performance

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

The whole of the Thames Water region.

two.2.4) Description of the procurement

Thames Water seeks to appoint an organisation to provide Infrastructure Programmes. This will include the provision of Minor Capital Works, Lead Pipe replacement, trunk mains leakage works and water network maintenance.

Thames Water will be appointing a single supplier to undertake the works for Lot 3. This work will be delivered across all Thames Water regions.

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: £33,600,000

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 period of five years, with the option to extend for up to 3 years, 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: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial period of five years, with the option to extend for up to 3 years up to a maximum overall term of 8 years.

two.2.14) Additional information

Suppliers who are awarded onto this Lot may be asked to assist Thames Water's R&M repair teams from time to time, particularly in emergencies or major events.

two.2) Description

two.2.1) Title

Major Projects: Developer Services and Infrastructure Programmes

Lot No

4

two.2.2) Additional CPV code(s)

  • 45232151 - Water-main refurbishment construction work
  • 45240000 - Construction work for water projects

two.2.3) Place of performance

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

Whole of the Thames Water region.

two.2.4) Description of the procurement

Thames Water seeks an organisation to provide non standard works, these are complex, major projects in the Developer Services and Infrastructure Programme category of works. Projects issued can range in size and value.

The value of works will range from £10,000 and typically up to £3m per project. This Lot will be governed by a Framework Agreement and work will be directly allocated or competed within a mini-competition process. Thames Water will be appointing at least 2 suppliers to undertake the works for Lot 4.

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: £400,000,000

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 period of five years, with the option to extend for up to 3 years 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: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial period of five years, with the option to extend for up to 3 years up to a maximum overall term of 8 years.

two.2.14) Additional information

Suppliers who are awarded onto the Lot may be asked to step in or assist suppliers qualified into Lot 1, Lot 2 and Lot 3 under this procurement. Suppliers who are awarded onto this Lot may be asked to assist Thames Water's R&M repair teams from time to time, particularly in emergencies or major events.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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 section VI.3 and 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

Specified in Invitation to Negotiate Document.

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 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: 3

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

Date

28 February 2022

Local time

12:00pm

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 5 and 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 OJEU 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.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom

six.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).