Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
www.thameswater.co.uk/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
Non-Infrastructure Medium Project Work
Reference number
FA1756
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Non-infrastructure MEICA and Civils ~ Medium (RW1) Project Work. TWUL are procuring delivery capability for Non-Infrastructure projects.
TWUL recognises non-infrastructure as nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water's water and wastewater non-infrastructure (treatment) assets across the Thames Water region. The Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs
Water non infrastructure scope includes but is not limited to:
- refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,
- disinfection,
- surge protection,
- chemical dosing,
- supervisory control and data acquisition (SCADA),
- run-to-waste facilities,
- cartridge filters and UV,
- increased power resilience,
- inspection and maintenance of existing service and storage reservoirs.
Wastewater non-infrastructure scope includes but is not limited to:
- refurbishment, replacement and provision of new treatment facilities such as inlet works,
- storm water storage,
- event duration monitors,
- settlement tanks,
- biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),
- digester roof replacement,
- combined heat and power (CHP),
- chemical dosing,
- phosphorous removal,
- odour control,
- SCADA,
- increased power resilience.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
two.2) Description
two.2.1) Title
Non-infrastructure MEICA Medium Project Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
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
Non-infrastructure Mechanical, Electrical, Instrumentation, Control & Automation systems project works including the refurbishment, replacement, and maintenance as described above in section ll.1.4
The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways:
RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value.
RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries)
RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m
RW3 is Major Projects for works with generally exceeding £25m
It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated.
The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works.
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: £167,000,000
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 for up to a maximum further 4 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 11
Objective criteria for choosing the limited number of candidates:
As per PQQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
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 for up to a maximum further 4 years.
two.2.14) Additional information
Whilst the intention is to use this Lot for projects which are predominately MEICA works, there may inevitably be an element of associated civils works.
Please note, the envisaged number of participants to lot 1 is 8.
two.2) Description
two.2.1) Title
Civil Medium Project Work
Lot No
2
two.2.2) Additional CPV code(s)
- 45232421 - Sewage treatment works
- 45232422 - Sludge-treatment works
- 45232423 - Sewage pumping stations construction work
- 45232430 - Water-treatment work
- 45232431 - Wastewater pumping station
- 45232440 - Construction work for sewage pipes
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
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
Non-infrastructure civils project works as described above in section II.1.4.
The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways:
RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value.
RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries)
RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m
RW3 is Major Projects for works with generally exceeding £25m
It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated.
The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works.
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: £167,000,000
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 approximately 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or 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: 11
Objective criteria for choosing the limited number of candidates:
As per PQQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This lot shall run for an initial period of approximately 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 4 years.
two.2.14) Additional information
Whilst the intention is to use this Lot for projects which are predominately civil works, there may inevitably be an element of associated MEICA works.
Please note, the envisaged number of participants to lot 2 is 8.
two.2) Description
two.2.1) Title
Projects involving both MEICA and Civils Works
Lot No
3
two.2.2) Additional CPV code(s)
- 45232421 - Sewage treatment works
- 45232422 - Sludge-treatment works
- 45232423 - Sewage pumping stations construction work
- 45232430 - Water-treatment work
- 45232431 - Wastewater pumping station
- 45232440 - Construction work for sewage pipes
- 45232451 - Drainage and surface works
- 45232453 - Drains construction work
- 45310000 - Electrical installation work
- 45350000 - Mechanical installations
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
Projects involving both MEICA and Civils Works as described in II.1.4.
The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways:
RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value.
RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries)
RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m
RW3 is Major Projects for works with generally exceeding £25m
It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated.
The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 for up to a maximum further 4 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
Objective criteria for choosing the limited number of candidates:
As per PQQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
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 for up to a maximum further 4 years.
two.2.14) Additional information
Please note, the envisaged number of participants to lot 3 is 12.
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.1.7) 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.
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.1.8) 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
20 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 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 Limited
Reading
Country
United Kingdom