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
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
www.thameswater.co.uk/procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
Pressure Management Support Services
Reference number
FA1579
two.1.2) Main CPV code
- 71800000 - Consulting services for water-supply and waste consultancy
two.1.3) Type of contract
Services
two.1.4) Short description
Thames Water wishes to award one or more framework agreements to supplier(s) capable of providing pressure management support services.
The agreement will be covered by the following lots;
Lot 1: Pressure Management Consultancy Services
Lot 2: Geographic Information Systems (GIS) Surveys
Lot 3: Tall Building Surveys
Lot 4: Supply of water booster sets
In AMP7 Thames Water is looking to engage with suppliers on initiatives focused on water pressure management to help reduce leakage in the water network.
Agreements will be for an initial term of 4 years with the option to extend to a maximum of 8 years. Volumes will not be committed with any supplier.
Thames Water reserve the right to issue multiple awards for each lot to achieve the most efficient and economical service solution. Thames Water reserves the right to enter into a contract or contracts for the provision of all or any number of lots.
two.1.5) Estimated total value
Value excluding VAT: £11,250,000
two.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: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
4
two.2) Description
two.2.1) Title
Pressure Management Consultancy Services
Lot No
1
two.2.2) Additional CPV code(s)
- 42131141 - Pressure-reducing valves
- 71800000 - Consulting services for water-supply and waste consultancy
- 72242000 - Design-modelling services
- 79415200 - Design consultancy services
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 covers the provision of resource(s) to assist in clean water network modelling required to verify a potential scheme that can proceed to build stage. Activities include hydraulic and leakage analysis of networks, redesign of network boundaries and conceptual design of new pressure managed areas, liaison with Ops and stakeholders.
The scope will also include optimisation of existing assets to deliver leakage reduction across the Thames Water infrastructure asset base. This will be delivered by a dedicated resource team/s (both optimisation and field investigation).
Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.
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: £5,870,000
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 will be awarded for an initial duration of 4 years, with the option to extend up to a maximum of 8 year
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
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 4 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed
two.2) Description
two.2.1) Title
Geographical Information Systems Surveys
Lot No
2
two.2.2) Additional CPV code(s)
- 38221000 - Geographic information systems (GIS or equivalent)
- 71800000 - Consulting services for water-supply and waste consultancy
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 provision of specialist Goegraphical Information Systems (GIS) resource(s) for pressure management programme delivery team.
The main activities include determining feasibility of and producing scope documents and design packs for the AMP7 Pressure Management Schemes as per the scope.
Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.
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: £390,000
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 will be awarded for an initial duration of 4 years, with the option to extend up to a maximum 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 4 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.
two.2) Description
two.2.1) Title
Tall Building Survey and Tall Building Installation
Lot No
3
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
- 71321300 - Plumbing consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
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 provision of Tall Building Surveys and Installation of Tall Building Water Booster Sets.
The scope includes but not limited to;
- Completing initial/full surveys of tall buildings including engagement with plumbers / surveyors
-Managing the booster installations to enable network optimisation to realise Ml/d reduction
-Managing all Tall Building aspects of Pressure Management projects i.e.Identification & Surveying per Building,
Customer Communication, Installation & Commissioning per Building, Supervision of booster installation on behalf of TW.
Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.
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: £3,060,000
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
Description of renewals: Any agreement will be awarded for an initial duration of 4 years, with the option to extend up to a maximum 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 4 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.
two.2) Description
two.2.1) Title
Tall Building Water Booster Sets
Lot No
4
two.2.2) Additional CPV code(s)
- 42122300 - Pressure boosters for liquids
- 71800000 - Consulting services for water-supply and waste consultancy
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 Design, supply and installation of Tall building water booster sets.
Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.
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: £1,940,000
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
Description of renewals: Any agreement will be awarded for an initial duration of 4 years, with the option to extend up to a maximum 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 4 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.
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
List and brief description of selection criteria
As detailed section VI.3 and the PQQ
three.1.6) Deposits and guarantees required
Bonds and/or Parent Company Guarantees pf performance and financial standing may be required.
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
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
26 February 2021
Local time
12:00pm
Changed to:
Date
1 March 2021
Local time
2:00pm
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: 12 (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 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 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.
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
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