Tender

Oxford STW Upgrade Project

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-031739

Procurement identifier (OCID): ocds-h6vhtk-04a582

Published 3 October 2024, 2:50pm



The closing date and time has been changed to:

25 November 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://forms.office.com/e/EP4BBSfp6k

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2071OxfordSTWAMP7Upgrade

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Oxford STW Upgrade Project

Reference number

TC2071

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

AMP7/AMP8 upgrade project at Oxford Sewage Treatment Works (STW)

two.1.5) Estimated total value

Value excluding VAT: £240,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

AMP7/AMP8 upgrade project at Oxford Sewage Treatment Works (STW)

1. Compliance with a new quality permit consisting of an ammonia consent reduction from 3mg/l to 1mg/l; and a Tot-P reduction from 1mg/l to 0.25mg/l.

2. Increase flow to full treatment from 1,040l/s to 1,802l/s.

3. Increase in the storm tank capacity from 6,831m3 to 18,167m3.

4. Replace inlet works and upgrade the effluent treatment process with a new 170,000PE stream.

5. Increase dissolved oxygen level in the final effluent channel.

6. Address existing effluent stream process capacity pinch points.

7. Increase the throughput capacity of sludge treatment process.

8. New power supply, HV ring main, fibre optic network and SCADA upgrade.

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

60

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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.1.8) 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

11 November 2024

Changed to:

Date

25 November 2024

Local time

12:00pm

See the change notice.

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: 6 (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 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. To complete the PQQ you will need to login to the project SharePoint site.

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

The value range for this procurement is £240,000,000 - £260,000,000.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom