Contract

Pressure Management Consultancy Services

  • THAMES WATER UTILITIES LIMITED

F06: Contract award notice – utilities

Notice identifier: 2021/S 000-014664

Procurement identifier (OCID): ocds-h6vhtk-02915c

Published 28 June 2021, 11:38am



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

UKJ - South East (England)

Internet address(es)

Main address

www.thameswater.co.uk

Buyer's address

https://www.thameswater.co.uk/about-us/our-suppliers/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Pressure Management Consultancy Services

Reference number

FA1579

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

Thames Water wishes to award one or more framework agreements to supplier(s) capable of providing pressure management support services.

The agreement will be covered by the following lots;

Lot 1: Pressure Management Consultancy Services

Lot 2: Geographic Information Systems (GIS) Surveys

Lot 3: Tall Building Surveys

Lot 4: Supply of water booster sets

In AMP7 Thames Water is looking to engage with suppliers on initiatives focused on water pressure management to help reduce leakage in the water network.

Agreements will be for an initial term of 4 years with the option to extend to a maximum of 8 years. Volumes will not be committed with any supplier.

Thames Water reserve the right to issue multiple awards for each lot to achieve the most efficient and economical service solution.

Thames Water reserves the right to enter into a contract or contracts for the provision of all or any number of lots.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Pressure Management Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 42131141 - Pressure-reducing valves

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

This lot covers the provision of resource(s) to assist in clean water network modelling required to verify a potential scheme that can proceed to build stage.

Activities include hydraulic and leakage analysis of networks, redesign of network boundaries and conceptual design of new pressure managed areas, liaison with Ops and stakeholders.

The scope will also include optimisation of existing assets to deliver leakage reduction across the Thames Water infrastructure asset base. This will be delivered by a dedicated resource team/s (both optimisation and field investigation).

Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.

two.2.11) Information about options

Options: Yes

Description of options

Any agreement will be awarded for an initial duration of 4 years, with the option to extend up to a maximum of 8 years

two.2) Description

two.2.1) Title

Geographical Information Systems Surveys

Lot No

2

two.2.2) Additional CPV code(s)

  • 38221000 - Geographic information systems (GIS or equivalent)

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

This lot is for the provision of specialist Goegraphical Information Systems (GIS) resource(s) for pressure management programme delivery team.

two.2.11) Information about options

Options: Yes

Description of options

Any agreement will be awarded for an initial duration of 4 years, with the option to extend up to a maximum of 8 years.

two.2) Description

two.2.1) Title

Tall Building Survey and Tall Building Installation

Lot No

3

two.2.2) Additional CPV code(s)

  • 45332200 - Water plumbing work

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

This lot is for the provision of Tall Building Surveys and Installation of Tall Building Water Booster Sets.

The scope includes but not limited to;

- Completing initial/full surveys of tall buildings including engagement with plumbers / surveyors

-Managing the booster installations to enable network optimisation to realise Ml/d reduction

-Managing all Tall Building aspects of Pressure Management projects i.e.Identification & Surveying per Building,

-Customer Communication, Installation & Commissioning per Building, Supervision of booster installation on behalf of TW.

Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.

two.2.11) Information about options

Options: Yes

Description of options

Description of renewals: Any agreement will be awarded for an initial duration of 4 years, with the option to extend up to a maximum of 8 years.

two.2) Description

two.2.1) Title

Tall Building Water Booster Sets

Lot No

4

two.2.2) Additional CPV code(s)

  • 42122300 - Pressure boosters for liquids

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

This lot is for the Design, supply and installation of Tall building water booster sets.

Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.

two.2.11) Information about options

Options: Yes

Description of options

Any agreement will be awarded for an initial duration of 4 years,

with the option to extend up to a maximum of 8 years.


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

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-002549


Section five. Award of contract

Lot No

3 and 4

Title

Tall Building Surveys & Tall Building Booster Set Installation

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 June 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Fraser Water Services

Hounslow

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes


Section five. Award of contract

Lot No

1 and 2

Title

Pressure Management Consultancy & GIS

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 June 2021


Section five. Award of contract

Lot No

1

Title

Pressure Management Support Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 June 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Utilitec Services Ltd

High Wycombe

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
The contractor is an SME

No


Section six. Complementary information

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 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).