
Market Leads & Opportunities
United Kingdom-Reading: Reverse Osmosis Membranes
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 047-112624/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting entity
I.1) Name and addresses
Official name: Thames Water Utilities Ltd
Postal address: Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Town: Reading
Postal code: RG2 0BY
Country: United Kingdom
Email: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk
The contract is awarded by central purchasing body
I.3)Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
Tenders or requests to participate must be submitted
to the above mentioned address
I.6) Main activity:
Water
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Reverse Osmosis Membranes
Reference number: FA1458
II.1.2) Main CPV code: 42912340
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
Supply of Sea Water and Brackish Water Reverse Osmosis Membranes
II.1.5) Estimated total value
Value excluding VAT: 4300000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots:no
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 42912310
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Thames Gateway Water Treatment Works.
II.2.4) Description of the procurement:
This procurement is for the supply of Reverse Osmosis membranes at Thames Gateway Desalination Plant. The Gateway Desalination Plant is structured with 4 stages divided by racks and water is pumped at high pressure through vessels where the membranes lie. The membranes required will be a mixture of seawater and brackish water membranes.
The tender will cover only one lot and will be for an initial period of 5 years with the possibility of extending for a further 3 years to a maximum of 8 years. Commitment to achieve DWI Regulation 31 certification is a necessary requirement for supplying RO membranes to be installed in Thames Gateway Desalination Plant.
The scope could also include installation, maintenance and commissioning and after sales technical support services for the Reverse Osmosis membranes.
The first supply will be in 2021 and will consist of 4 270 RO membranes, whereby 2 000 will be Brackish Water RO Membranes and will be allocated in Stage 1 and 2 270 will be Sea Water Membranes and will be allocated in between Stage 1 and Stage 2.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 4300000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:96
This contract is subject to renewal: yes Description of renewals:
Thames Water envisages that the contract will be awarded for an initial term of 5 years with the option to extend for a further duration of 3 years. Extension will be based on the supplier’s ability to demonstrate that they can renew their DWI Reg.31 Accreditation. Performance against service levels will be measured and reviewed.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:5
II.2.10) Information about variants
Variants will be accepted:yes
II.2.11) Information about options
Options: yes
Description of options:
Any agreement will be awarded for an initial term of 5 years with the option to extend for a further duration of 3 years. Renewal will be based on the supplier’s ability to demonstrate that they can renew their DWI Reg.31 Accreditation.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:As detailed in the PQQ.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:As detailed in section VI.3 and PQQ.
III.1.6) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the ITN document.
III.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.
III.2.2) Contract performance conditions:
As detailed in the ITN.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.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
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2020-03-27 Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:yes
Estimated timing for further notices to be published:After 5 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
VI.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).
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2020-03-03
More Opportunties
- Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> >