Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
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).