Tender

Pressure Management Support Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-002549

Procurement identifier (OCID): ocds-h6vhtk-02915c

Published 9 February 2021, 8:32am



The closing date and time has been changed to:

1 March 2021, 2:00pm

See the change notice.

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

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