Opportunity

CHP Engine and Ancillary Maintenance

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-004548

Published 17 February 2022, 3:28pm



The closing date and time has been changed to:

28 March 2022, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

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/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CHP Engine and Ancillary Maintenance

Reference number

FA1663

two.1.2) Main CPV code

  • 50530000 - Repair and maintenance services of machinery

two.1.3) Type of contract

Services

two.1.4) Short description

Thames Water Utilities Limited intends to award a number of agreements for the repair and maintenance (R&M) and supply of parts & spares for CHP engines and ancillary equipment used on Waste Treatment sites.

We currently have 44 CHP engines across 23 waste water sites that require both planned and reactive maintenance.

There are nine lots being offered;

Lot 1 - Jenbacher Engine - Planned & reactive maintenance & parts

Lot 2 - MWM Engine - Planned & Reactive maintenance, Parts, & Technical Support

Lot 3 - Cummins Engine - Planned & reactive maintenance & parts

Lot 4 - Caterpillar & MAN Engines - Planned & Reactive Maintenance and parts

Lot 5 - Turbo Chargers - Supply, R&M and Spares

Lot 6 - Heat Exchangers - Supply, R&M inc. cleaning, Spares & replacement

Lot 7 - CHP Ancillary Parts - Supply, Starter Motors, Batteries and Actuators

Lot 8 - Gas Filtration - Supply, Parts, Service, gas analysis

Lot 9 - Alternators - Supply, R&M and Spares

two.1.5) Estimated total value

Value excluding VAT: £44,800,000

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: 9

two.2) Description

two.2.1) Title

Jenbacher Engine - Planned & reactive maintenance & parts

Lot No

1

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance 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

Repair and maintenance services of Jenbacher CHP Engines - Planned & Reactive maintenance, supply of Parts, across the Thames Water region. Thames Water currently have 12 Jenbacher engines across our waste sites. Planned servicing will be specified around current formalised maintenance tasks. Supply of engines spares and parts for Jenbacher Engines across the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & equivalent universal parts that can meet the functional specification of their OEM parts. This lot will be awarded to a single supplier.

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: £4,800,000

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 duration of 4 years, with options to extend annually 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: 5

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 annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

MWM Engine - Planned & Reactive maintenance, Parts, & Technical Support

Lot No

2

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance 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

Repair and maintenance services of MWM CHP Engines - Planned & Reactive maintenance, supply of Parts, & Technical Support across the Thames Water region. Thames water currently have 24 MWM engines across our waste sites. Planned servicing will be specified around current formalised maintenance tasks. Supply of engines spares and parts for MWM Engines across the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & equivalent universal parts that can meet the functional specification of their OEM parts. Thames will also require telephone & on-site support as part of this procurement. We will award to multiple suppliers with direct award for estimated spend under £15,000 and emergency work and mini competitions undertaken for all other works between all awarded suppliers. We expect to award up to 5 suppliers.

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: £24,000,000

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 duration of 4 years, with options to extend annually up to a maximum overall term of 8 year

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 7

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 annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Cummins Engine - Planned & reactive maintenance & parts

Lot No

3

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance 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

Repair and maintenance services of Cummins Engine - Planned & reactive maintenance & supply of parts across the Thames Water region. Thames water currently have 3 Cummins engines across our waste sites. Planned servicing will be specified around current formalised maintenance tasks. Supply of engines spares and parts for Cummins Engines in the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & equivalent universal parts that can meet the functional specification of their OEM parts. This lot will be awarded to a sole supplier

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: £3,200,000

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 duration of 4 years, with options to extend annually 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: 5

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 annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Caterpillar & MAN Engines - Planned & Reactive Maintenance and parts

Lot No

4

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance 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

Repair and maintenance services of Caterpillar & MAN Engines - Planned & Reactive Maintenance and supply of parts across the Thames Water region. Thames water currently have 5 Caterpillar & MAN engines across our waste sites. Planned servicing will be specified around current formalised maintenance tasks. Supply of engines spares and parts for Caterpillar & MAN Engines in the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & equivalent universal parts that can meet the functional specification of their OEM parts. This lot will be awarded to a sole supplier.

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: £2,400,000

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 duration of 4 years, with options to extend annually 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: 5

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 annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Turbo Chargers (R&M and Spares)

Lot No

5

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance 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

Supply, repair and maintenance services of Turbo Chargers including parts/spares across the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & universal parts that can meet the functional specification of their OEM parts. We will award to multiple suppliers where, if spend is under £10K or it is an emergency requirement (due to reactive nature of the work), one supplier will be appointed by direct award for the whole Thames Water estate. We will award to multiple suppliers with direct award for estimated spend under £10,000 and emergency work and mini competitions undertaken for all other works between all awarded suppliers. We are expecting to award to up to 3 suppliers.

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: £1,600,000

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 duration of 4 years, with options to extend annually 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: 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 annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Heat Exchangers (R&M inc. cleaning, Spares & replacement)

Lot No

6

two.2.2) Additional CPV code(s)

  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance 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

Supply, repair and maintenance services of Heat Exchangers (R&M inc. cleaning, Spares & replacement) across the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & universal parts that can meet the functional specification of their OEM parts. The main types of Heat exchangers Thames currently are sourcing are plate, Shell & Tube, Spiral and Radiator/Dry air. We will award to multiple suppliers with direct award for estimated spend under £15,000 and emergency work and mini competitions undertaken for all other works between all awarded suppliers. We are expecting to award up to 3 suppliers.

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: £4,000,000

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 duration of 4 years, with options to extend annually 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: 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 annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

CHP Ancillary Parts - Starter Motors, Batteries and Actuators

Lot No

7

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance services

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

Supply, repair and maintenance services of CHP Ancillary Parts - Starter Motors, Batteries and Actuators

across the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & universal parts that can meet the functional specification of their OEM parts. The main types of battery we use are Optima and Odyssey Lucas. The main types of Actuators we use are Heinzemann, Siemens and ARI-Armaturen Control Valves. The main starter motors we use are Bosch, Mahle, American Delco and Nikko. We will award to multiple suppliers with direct award for estimated spend under £5,000 and emergency work and mini competitions undertaken for all other works between all awarded suppliers. We are expecting to award up to 5 suppliers.

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: £800,000

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 duration of 4 years, with options to extend annually 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: 8

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 annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Gas Filtration (Parts, Service, gas analysis

Lot No

8

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance services

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

Supply, repair and maintenance services Gas Filtration (Parts, Service, gas analysis) across the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & universal parts that can meet the functional specification of their OEM parts. The technologies that we currently utilise are activated carbon and PPTek. We will award to multiple suppliers with direct award for estimated spend under £10,000 and emergency work and mini competitions undertaken for all other works between all awarded suppliers. We are expecting to award up to 5 suppliers.

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: £3,200,000

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 duration of 4 years, with options to extend annually 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: 8

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 annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Alternators (R&M and Spares)

Lot No

9

two.2.2) Additional CPV code(s)

  • 34312000 - Engine parts
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50000000 - Repair and maintenance services

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

Supply, repair and maintenance services Alternators (R&M and Spares) across the Thames Water region. We are looking for bidders to be able to offer us parts from different procurement routes: OEM parts & universal parts that can meet the functional specification of their OEM parts. The main types of alternator that are currently being used are Marelli Motori, AVK, Stamford and Leroy Somer. We will award all orders using mini competition with up to 3 suppliers.

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: £800,000

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 duration of 4 years, with options to extend annually 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: 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 annually up to a maximum overall term of 8 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 the 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

As detailed in the ITN

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 any award


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: 10

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

14 March 2022

Local time

12:00pm

Changed to:

Date

28 March 2022

Local time

12:00pm

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: 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 4 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 applicants 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.

If the project requires it you will receive an additional and separate survey to complete for Data Protection.

Note that your 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).