Tender

The Supply & Services of Biological & Tertiary Filtration Equipment

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-007635

Procurement identifier (OCID): ocds-h6vhtk-02a544

Published 12 April 2021, 4:17pm



The closing date and time has been changed to:

10 May 2021, 12:00pm

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

UKJ - South East (England)

Internet address(es)

Main address

www.thameswater.co.uk/procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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

The Supply & Services of Biological & Tertiary Filtration Equipment

Reference number

FA1510

two.1.2) Main CPV code

  • 42912350 - Filtration plant equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Types of filters to be tendered include but are not limited to: Disc Filters, Pile Cloth Media Filters, Submerged Aerated Filters and Nitrifying Submerged Aerated Filters and similar.

Supply of assets also includes delivery, commissioning and supply of spares. Services include but are not limited to: Chemical Cleaning of Disc Filters, refurbishment services for Disc Filters, Pile Cloth Media Filters, Continuous Flow Sand Filters, Nitrifying Continuous Sand Filters, and Low Head Sand Filters.

TWUL currently has 200+ assets across multiple waste water sites. There are eight lots available to apply for, as follows:

Lots 1-3 Supply/Install/Maintain/Service of New Biological & Tertiary Filtration Equipment.

Lots 4-7 Maintenance/Service/Repair/Refurb of existing Biological & Tertiary Filtration Equipment.

Lot 8 Hire of Biological & Tertiary Filtration Equipment.

two.1.5) Estimated total value

Value excluding VAT: £9,310,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply/Install/Maintain/Service of NEW nSAF & SAF or Equivalent

Lot No

1

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery

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

The scope of work for lot 1 includes:

The supply, delivery, installation and service, maintenance, refurb, repair, on-site testing and commissioning of new filtration equipment.

This lot will include Submerged Aerated Filters and Nitrifying Submerged Aerated Filters, and equivalent equipment.

This lot will be awarded to no more than 3 suppliers using mini competitions.

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: £1,310,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years

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

Envisaged number of candidates: 4

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 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Supply/Install/Maintain/Service of NEW PCMF

Lot No

2

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery

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

The scope of work for lot 3 includes:

The supply, delivery, installation and service, maintenance, refurb, repair, on-site testing and commissioning of new filtration equipment.

This lot will include Pile Cloth Media Filters and their associated ancillary equipment.

This lot will be awarded to no more than 3 suppliers using mini competitions.

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: £2,600,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

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

Envisaged number of candidates: 4

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 3 years, with options to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Supply/Install/Maintain/Service of NEW Disc Filters

Lot No

3

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery

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

The scope of work for lot 3 includes:

The supply, delivery, installation and service, maintenance, refurb, repair, on-site testing and commissioning of new filtration equipment.

This lot will include Disc Filters and their associated ancillary equipment.

This lot will be awarded to no more than 3 suppliers using mini competitions.

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: £250,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

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

Envisaged number of candidates: 4

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 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Maintenance/Service/Repair/Refurbishment of EXISTING nSAF & SAF or Equivalent

Lot No

4

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery
  • 50800000 - Miscellaneous repair and maintenance 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

The scope of work for lot 4 includes:

The services associated with biological treatment filtration equipment. These services will include but not limited to planned and reactive maintenance, repair and refurbishment of the legacy assets previously purchased.

We aim to appoint no more than 3 suppliers to the framework agreement. Mini competitions will be run between both preferred and reserve suppliers for the relevant asset allocations in the case of (a) high value projects and (b) where required lead times cannot be met by the preferred supplier.

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: £500,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

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

Envisaged number of candidates: 4

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 3 years, with options to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Maintenance/Service/Repair/Refurbishment of EXISTING Disc Filters (including chemical cleaning)

Lot No

5

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery
  • 50800000 - Miscellaneous repair and maintenance 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

The scope of work for lot 5 includes:

The services associated with tertiary filtration equipment. These services will include but not limited to planned and reactive maintenance, repair, chemical cleaning and refurbishment of the legacy assets previously purchased.

Mini competitions will be run between both preferred and reserve suppliers for the relevant asset allocations in the case of (a) high value projects and (b) where required lead times cannot be met by the preferred supplier.

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: £2,500,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

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

Envisaged number of candidates: 4

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 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Maintenance/Service/Repair/Refurbishment of EXISTING nCFSF & CFSF

Lot No

6

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery
  • 50800000 - Miscellaneous repair and maintenance 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

The scope of work for lot 6 includes:

The services associated with biological treatment filtration equipment. These services will include but not limited to planned and reactive maintenance, repair and refurbishment of the legacy assets previously purchased.

Mini competitions will be run between both preferred and reserve suppliers for the relevant asset allocations in the case of (a) high value projects and (b) where required lead times cannot be met by the preferred supplier.

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: £550,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

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

Envisaged number of candidates: 4

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 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Maintenance/Service/Repair/Refurbishment of EXISTING nCFSF & CFSF

Lot No

7

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery
  • 45259100 - Wastewater-plant repair and maintenance work
  • 50800000 - Miscellaneous repair and maintenance 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

The scope of work for lot 7 includes:

The services associated with tertiary filtration equipment. These services will include but not limited to planned and reactive maintenance, repair and refurbishment of the legacy assets previously purchased.

Mini competitions will be run between both preferred and reserve suppliers for the relevant asset allocations in the case of (a) high value projects and (b) where required lead times cannot be met by the preferred supplier.

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: £1,000,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

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

Envisaged number of candidates: 4

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 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2) Description

two.2.1) Title

Hire of Biological Treatment Filtration Equipment

Lot No

8

two.2.2) Additional CPV code(s)

  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 42912350 - Filtration plant equipment
  • 42955000 - Parts of filtering machinery

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

The scope of work for lot includes:

The hire, delivery, maintenance and collection of mobile biological treatment filtration equipment.

This lot will include Submerged Aerated Filters and Nitrifying Submerged Aerated Filters.

This lot will be awarded to a sole supplier.

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: £600,000

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

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

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

Envisaged number of candidates: 4

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 3 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 & PQQ.

three.1.6) Deposits and guarantees required

Bonds and/or Parent Company Guarantees pf 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 the Invitation to Negotiate.

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

Originally published as:

Date

4 May 2021

Local time

12:00pm

Changed to:

Date

10 May 2021

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: Yes

Estimated timing for further notices to be published: Between 3 and 8 years.

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 notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3 of this notice, i.e. https://www.thameswater.co.uk/procurement

All bidders will receive an email from procurement.support.centre@thameswater.co.uk containing their log on details into our Smartsource Portal in order to access the PQQ documents.

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities

Reading

RG1 8DB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Ltd 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 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).