Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
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).