- Scope of the procurement
- Lot 1. Supply/Install/Maintain/Service of NEW nSAF & SAF or Equivalent
- Lot 2. Supply/Install/Maintain/Service of NEW PCMF
- Lot 3. Supply/Install/Maintain/Service of NEW Disc Filters
- Lot 4. Maintenance/Service/Repair/Refurbishment of EXISTING nSAF & SAF or Equivalent
- Lot 5. Maintenance/Service/Repair/Refurbishment of EXISTING Disc Filters (including chemical cleaning)
- Lot 6. Maintenance/Service/Repair/Refurbishment of EXISTING nCFSF & CFSF
- Lot 7. Maintenance/Service/Repair/Refurbishment of EXISTING nCFSF & CFSF
- Lot 8. Hire of Biological Treatment Filtration Equipment
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
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).