Tender

River Restoration & Associated Works

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-016034

Procurement identifier (OCID): ocds-h6vhtk-02c614

Published 9 July 2021, 9:16am



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

Buyer's address

www.thameswater.co.uk/procurement

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

River Restoration & Associated Works

Reference number

CP0033

two.1.2) Main CPV code

  • 45262640 - Environmental improvement works

two.1.3) Type of contract

Works

two.1.4) Short description

We are the UK's largest Water and Wastewater services provider.

We plan to award a Build and Design and Build agreements, focusing on River Restoration to meet our regulatory obligations.

The works will be carried out at environmentally sensitive areas requiring relevant knowledge and experience.

The works are to include:

Weir/removals or modifications

In channel habitat enhancement works including channel/bed re-profiling, installing in-channel gravels, woody debris

River bank re-profiling

River bank replacement with softer options

Denaturalising river channels

Involvement and support in consultations with stakeholders.

These agreements will be used as part of our Capital Delivery programme, as well as smaller operational needs.

All requirements will be in the Thames Water operating area, primarily focusing London and the Thames Valley areas.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 43000000 - Machinery for mining, quarrying, construction equipment
  • 45246200 - Riverbank protection works
  • 45247120 - Waterways except canals

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

We are the UK's largest Water and Wastewater services provider, recycling waste from 15m people safely back to the environment, 24 hours a day, 365 days of the year.

Thames Water plans to award a Build and/or Design and Build agreement, focusing on River Restoration.

The works will be carried out at environmentally sensitive areas.

The works are to include:

Weir/removals or modifications

In channel habitat enhancement works including channel/bed re-profiling, installing in-channel gravels, woody debris

River bank re-profiling, River bank replacement with softer options

Denaturalising river channels

Involvement and support in consultations with stakeholders.

These agreements will support the delivery of schemes as part of our Capital programme, as well as smaller operational needs. All requirements will be in the Thames Water operating area, primarily focusing London and the Thames Valley areas.

Thames Water are looking for suppliers who have a track record of providing these types of works at environmentally sensitive sites and can demonstrate how they manage environmental impacts and work to environmental constraints.

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: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Initial term is 4 years with an option to extend annually up to a maximum of 7 years (i.e. 4+1+1+1=7)

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

Envisaged minimum number: 8

Maximum number: 10

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Initial term is 4 years with an option to extend annually up to a maximum of 7 years (i.e. 4+1+1+1=7)


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 the 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 for 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

Envisaged maximum number of participants to the framework agreement: 4

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

Date

4 August 2021

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


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 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 Ltd

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.