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
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.