Tender

Non-Infrastructure Medium Project Work

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-004786

Procurement identifier (OCID): ocds-h6vhtk-03a637

Published 16 February 2023, 2:41pm



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

Region code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

www.thameswater.co.uk

Buyer's address

www.thameswater.co.uk

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