Opportunity

Asset, Capital and Engineering Professional Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2024/S 000-007051

Published 5 March 2024, 3:13pm



The closing date and time has been changed to:

8 April 2024, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

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

https://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/about-us/our-suppliers/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://thameswater.smartsourceportal.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asset, Capital and Engineering Professional Services

Reference number

FA1980

two.1.2) Main CPV code

  • 71800000 - Consulting services for water-supply and waste consultancy

two.1.3) Type of contract

Services

two.1.4) Short description

To provide Professional Services to support the delivery of Thames Water's Asset and Capital Delivery programmes, which will be sourced via service packages or secondment requests. In scope services are to include engineering, commercial, environmental, programme management and asset management consultancy.

two.1.5) Estimated total value

Value excluding VAT: £400,000,000

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: 6

two.2) Description

two.2.1) Title

Multi-Disciplinary Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
Main site or place of performance

Whole of Thames Water Region

two.2.4) Description of the procurement

To provide Thames Water with a combination of services from infrastructure and non-infrastructure engineering, environmental, commercial, assurance and programme management to support with the delivery of operational and regulated delivery targets. This lot is to be used where the scope of work does not predominantly fall within the scope of one of the other lots. Thames Water will reserve the right to split services scope or bundle servicess' scope for projects/needs at its descretion. Service packages only.

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: £133,000,000

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

Professional Services may be retendered following the expiration of the framework agreement

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

Envisaged minimum number: 8

Maximum number: 12

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Engineering Services & Resources (Infrastructure)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311300 - Infrastructure works consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
Main site or place of performance

Whole of Thames Water Region

two.2.4) Description of the procurement

To provide Thames Water with service packages or secondees to the business, to support with infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.

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: £53,400,000

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

Professional Services may be retendered following the expiration of the framework agreement.

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

Envisaged minimum number: 8

Maximum number: 12

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Engineering Services & Resources (Non-Infrastructure)

Lot No

3

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction 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

To provide Thames Water with service packages or secondees to the business, to support with non-infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.

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: £53,400,000

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

Professional Services may be retendered following the expiration of the framework agreement

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

Envisaged minimum number: 8

Maximum number: 12

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Environmental Services & Resources

Lot No

4

two.2.2) Additional CPV code(s)

  • 71313400 - Environmental impact assessment for construction
  • 90712000 - Environmental planning

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

To provide Thames Water with service packages or secondees to the business, to support with environmental services, such as (but not limited to) odour monitoring, ecological surveys, flow monitoring and drought planning for the delivery of operational or regulatory delivery programmes.

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: £53,400,000

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

Professional Services may be retendered following the expiration of the framework agreement

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

Envisaged minimum number: 8

Maximum number: 12

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Commercial and Assurance Services & Resources

Lot No

5

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71322100 - Quantity surveying services for civil engineering 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

To provide Thames Water with service packages or secondees to the business, to support with (but not limited to) target setting, value-for-money assessments, quantity surveying services and development of commercial analyses for the delivery of operational or regulatory delivery programmes

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: £53,400,000

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

Professional Services may be retendered following the expiration of the framework agreement

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

Envisaged minimum number: 8

Maximum number: 12

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Programme Management Office Services & Resources

Lot No

6

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy 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

To provide Thames Water with service packages or secondees to the business, to support with (but not limited to) programme management solutions, benefits management, change control and transition plans for the delivery of operational or regulatory delivery programmes

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: £53,400,000

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

Professional Services may be retendered following the expiration of the framework agreement

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

Envisaged minimum number: 8

Maximum number: 12

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 5 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.1.2) 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

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

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 5

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

5 April 2024

Local time

12:00pm

Changed to:

Date

8 April 2024

Local time

12:00pm

See the change notice.

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

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).