Opportunity

No Dig Leak Repair Technology

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2023/S 000-005035

Published 20 February 2023, 2:33pm



The closing date and time has been changed to:

20 March 2023, 9:00am

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

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