Opportunity

Design and Installation of Event Duration Monitors and Flow Monitoring at Thames Water's Sewage Treatment Works

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-004015

Published 1 March 2021, 12:47pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

RG1 8DB

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

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

Design and Installation of Event Duration Monitors and Flow Monitoring at Thames Water's Sewage Treatment Works

Reference number

CP0031

two.1.2) Main CPV code

  • 45252100 - Sewage-treatment plant construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Provision of MCERTS Event Duration Monitors (EDMs) (U_MON3 driver) to detect start and stop times of overflows to storm tanks, off-line storage, on-line storage, land treatment area or direct to the environment. Provision of MCERTS pass forward flow (PFF) monitors (U_MON4 Driver).

The solutions can involve the condition assessment and modification of pre-existing installations to meet the MCERTS standard, or the first-time installation of a PFF instruments. Provision MCERTS flow monitoring for the first time flow (U_MON5) where permitted DWF or maximum daily flow is greater than 50m3/d at sewage treatment works (STWs).

Installations may require a degree of civils work as part of the installation, including but not limited to new flume channel or wash out chambers.

two.1.5) Estimated total value

Value excluding VAT: £18,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38421000 - Flow-measuring equipment
  • 39350000 - Sewerage works equipment
  • 45240000 - Construction work for water projects
  • 45252000 - Construction works for sewage treatment plants, purification plants and refuse incineration plants
  • 71631440 - Flow-monitoring services

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

Provision of MCERTS Event Duration Monitors (EDMs) (U_MON3 driver) to detect start and stop times of overflows to storm tanks, off-line storage, on-line storage, land treatment area or direct to the environment. Provision of MCERTS pass forward flow (PFF) monitors (U_MON4 Driver).

The solutions can involve the condition assessment and modification of pre-existing installations to meet the MCERTS standard, or the first-time installation of a PFF instruments. Provision MCERTS flow monitoring for the first time (U_MON5) where permitted DWF or maximum daily flow is greater than 50m3/d at sewage treatment works (STWs).

Installations may require a degree of civils work as part of the installation, including but not limited to new flume channel or wash out chambers.

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: £18,000,000

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

This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 years.

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

This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 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 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

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

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 a single operator

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

31 March 2021

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: 6 (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 4 and 8 years dependent on contractor's performance during the initial framework duration and any extension period.

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

It is proposed that this framework agreement will run for an initial period of 4 years, with the option to extend on an annual basis for a maximum further 4 years.

TWUL does not propose to amend the scope of works as it moves from AMP7 to AMP8. TWUL reserves the right to extend this framework agreement, where operational benefits exist for doing so.

TWUL proposes that any extension will apply to all elements of the contract, including but not limited to price review mechanisms (subject to any approved variations). All suppliers who wish to respond to this contract 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 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