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
NUTS code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
www.thameswater.co.uk/procurement
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 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
No Dig Leak Repair Technology
Reference number
TC1974
two.1.2) Main CPV code
- 76600000 - Pipeline-inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Thames Water, in partnership with the other UK water companies, are looking to develop an innovative 'no dig leak repair' technology to fix leaks on water mains without the need to dig a hole. Thames Water endeavour to engage an interested delivery partner(s) to develop their initial idea for submission to the Ofwat Innovation Fund. Contingent on the outcome of this project is the potential wider adoption of the technology in the UK water sector.
Solving this problem will present the successful organisation with an opportunity solve a problem costing the UK and international water companies millions of pounds each year as well the cost, disruption and environmental impact of road works.
The solution is expected to be an in-pipe device capable of live insertion and retrieval via standard fittings on drinking water networks, e.g. hydrants. The evice would need to travel a distance through the water main, locate and characterise the failure, and effect a local repair - without the need to interrupt the supply.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
Main site or place of performance
Whole of the UK
two.2.4) Description of the procurement
Given this is new technology, the solution is likely to require input across a number of competencies (engineering, robotics, science/academia), and it may benefit from a consortium. Thus the sourcing path allows for a Prime contractor to manage the consortium up through the 2nd phase of development (the build and test of the prototype). Anticipating the successful milestone completion of a proven prototype under Phase 2, Phase 3 will be to implement the best solution on the Thames Water network.
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
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Qualifying criteria established from the PQQ
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 term of three (3) years with an option to extend up to a maximum term of eight (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
Bidders must demonstrate a high degree of competency in the design, development and operation of an in-pipe device that can perform the core functions: insertion, movement, sensing, leak repair, and retrieval.
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
Parent Company Guarantees may be required.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Innovation partnership
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: 2
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
10 March 2023
Local time
12:00pm
Changed to:
Date
20 March 2023
Local time
9:00am
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: 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.
With respect to II.1.5 (Estimated total value): Please be aware that the project sums specified cover Phase 1 and 2 only. Phase 3 values are not yet known and depend on the outcomes of Phases 1 & 2.
With respect to IV.1.3( Information about a framework: Framework Agreement with Several Operators): Not expected to exceed a maximum of two operators (a consortium would be considered a single operator), and Thames Water reserves the right to establish a framework with only one operator subject to the best overall score as part of the ITN evaluation process.
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Thames Water Utilities Limited 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 (SI 2016 No 274) 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 Limited
Reading
RG1 8DB
Country
United Kingdom