- Scope of the procurement
- Lot 1. Multi-Disciplinary Services
- Lot 2. Engineering Services & Resources (Infrastructure)
- Lot 3. Engineering Services & Resources (Non-Infrastructure)
- Lot 4. Environmental Services & Resources
- Lot 5. Commercial and Assurance Services & Resources
- Lot 6. Programme Management Office Services & Resources
Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region 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).