Tender

Chemical Dosing, Polymer Dosing and Disinfection Equipment

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-027908

Procurement identifier (OCID): ocds-h6vhtk-04972d

Published 2 September 2024, 12:51pm



The closing date and time has been changed to:

14 October 2024, 12:00pm

See the change notice.

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

Region code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

https://www.thameswater.co.uk/

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://thameswater.smartsourceportal.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Chemical Dosing, Polymer Dosing and Disinfection Equipment

Reference number

FA2089

two.1.2) Main CPV code

  • 39330000 - Disinfection equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Thames Water Utilities Limited intends to award multiple agreements to suppliers who can provide the following elements, either by themselves or working with 3rd party:

• Design, manufacture, delivery, installation, testing, and commissioning of dosing and/or disinfection systems as per the individual lots.

• Upgrades to existing dosing systems.

• Provision of spare parts and key components.

• Planned and reactive maintenance of technology to the required standards.

In addition to the above we are looking for a provider who can offer added benefit and value to this scope.

The purpose of this framework is to ensure compliance with legislation and to improve the ecological status of our water bodies.

Following lots are being offered:

Lot 1a Clean Water Gas Disinfection Equipment

Lot 1b Clean Water Liquid Disinfection Equipment

Lot 2a Wastewater Phosphorus- Removal Dosing Equipment

Lot 2b Wastewater Other Chemicals Dosing Equipment

Lot 3 Polymer Dosing Equipment

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

Clean Water Gas Disinfection Equipment

Lot No

1a

two.2.2) Additional CPV code(s)

  • 39330000 - Disinfection equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of the Thames Water Region

two.2.4) Description of the procurement

The design, manufacture, supply, installation, testing, commissioning, upgrades, provision of spare parts and key components, and both planned and reactive maintenance of gas disinfection equipment used at water treatment works.

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: £2,000,000

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 7 years.

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

Envisaged number of candidates: 5

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 up to a maximum of 7years.

two.2) Description

two.2.1) Title

Clean Water Liquid Disinfection Equipment

Lot No

1b

two.2.2) Additional CPV code(s)

  • 39330000 - Disinfection equipment
  • 42993200 - Dosing plant

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

Whole of the Thames Water Region

two.2.4) Description of the procurement

The design, manufacture, supply, installation, testing, commissioning, upgrades, provision of spare parts and key components, and both planned and reactive maintenance of liquid dosing and disinfection equipment used at water treatment works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend upto a maximum duration of 7 years.

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

Envisaged number of candidates: 5

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 up to a maximum of 7 years.

two.2) Description

two.2.1) Title

Wastewater Phosphorus - Removal Dosing Equipment

Lot No

2a

two.2.2) Additional CPV code(s)

  • 42993200 - Dosing plant

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of the Thames Water Region

two.2.4) Description of the procurement

The design, manufacture, supply, installation, testing, commissioning, upgrades, provision of spare parts and key components, and both planned and reactive maintenance of Phosphorus removal related dosing equipment used at water treatment works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 7 years.

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

Envisaged number of candidates: 5

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 up to a maximum of 7 years.

two.2) Description

two.2.1) Title

Wastewater Other Chemicals Dosing Equipment

Lot No

2b

two.2.2) Additional CPV code(s)

  • 42993200 - Dosing plant

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of the Thames Water Region

two.2.4) Description of the procurement

The design, manufacture, supply, installation, testing, commissioning, upgrades, provision of spare parts and key components, and both planned and reactive maintenance of other wastewater dosing equipment used at water treatment works.

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: £17,000,000

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 7 years.

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

Envisaged number of candidates: 5

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 up to a maximum of 7 years.

two.2) Description

two.2.1) Title

Polymer Dosing Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 42993200 - Dosing plant

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of the Thames Water Region

two.2.4) Description of the procurement

The design, manufacture, supply, installation, testing, commissioning, upgrades, provision of spare parts and key components, and both planned and reactive maintenance of polymer dosing equipment used at water treatment works.

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: £5,000,000

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 7 years.

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

Envisaged number of candidates: 5

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 up to a maximum of 7 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 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 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 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

Envisaged maximum number of participants to the framework agreement: 10

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

23 September 2024

Local time

12:00pm

Changed to:

Date

14 October 2024

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

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 contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA

Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure

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 (SI 2016 No 274) 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).