
Market Leads & Opportunities
United Kingdom-Reading: The Supply of High Voltage Assets
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 090-215901/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: The Supply of High Voltage Assets
Reference number: FA1473
II.1.2) Main CPV code: 31200000
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
Thames Water Utilities Ltd (TWUL) is intending to award a number of framework agreements for the supply of high voltage (up to 36 kV) switchgear, motor starters, transformers, associated ancillary equipment and related design and installation services. These goods and services will be used on our operational water and wastewater sites. TWUL has approximately 150 high voltage sites varying in size from a single transformer up to large and relatively complex distribution systems with generators and/or motor drives with the majority of the latter being located in and around the London area.
II.1.5) Estimated total value
Value excluding VAT: 27000000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
II.2) Description
II.2.1) Title: Indoor Switchgear up to 25 kA for 3 sec#
Lot No:1a
II.2.2)Additional CPV code(s)
Main CPV code: 31211110
Main CPV code: 45315400
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water Region.
II.2.4) Description of the procurement:
The scope of work for lot 1A includes: the design, provision of drawings (including contractor’s drawings), manufacture, at-works testing, supply, delivery, provision of associated documentation, onsite testing and commissioning of high voltage indoor panel type switchgear up to 36 kV (up to 25 kA for 3 sec#) including any associated protection, auxiliary relays, tripping and closing batteries and chargers.
The assemblies must be fully compliant with the relevant British and international standards and the relevant Energy Networks Association Technical Specifications (ENATS).
The switchgear shall also have received distribution network operator (DNO) approval or will have received DNO approval prior to contract signing. The scope of work may also include the installation of the assembly on site, if this service is required for a particular project. This lot will be awarded to a sole supplier.
— Maximum short circuit withstand Ik for 3 sec.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 7500000.00 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:
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:yes
II.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 annually up to a maximum overall term of 8 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Indoor Switchgear up to 25kA for 3 sec#
Lot No:1b
II.2.2)Additional CPV code(s)
Main CPV code: 31214000
Main CPV code: 31211110
Main CPV code: 45315400
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water Region.
II.2.4) Description of the procurement:
The scope of work for lot 1B includes: the design, provision of drawings (including contractor’s drawings), manufacture, at-works testing, supply, delivery, provision of associated documentation, onsite testing and commissioning of high voltage indoor panel type switchgear up to 36 kV (up to 31.5 kA for 3 sec#) including any associated protection, auxiliary relays, tripping and closing batteries and chargers.
The assemblies must be fully compliant with the relevant British and international standards and the relevant Energy Networks Association Technical Specifications (ENATS).
The switchgear shall also have received distribution network operator (DNO) approval or will have received DNO approval prior to contract signing. The scope of work may also include the installation of the assembly on site, if this service is required for a particular project.
— Maximum short circuit withstand Ik for 3 sec.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 2000000.00 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:
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:yes
II.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 annually up to a maximum overall term of 8 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Outdoor Switchgear
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 31214000
Main CPV code: 31211110
Main CPV code: 45315400
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water Region.
II.2.4) Description of the procurement:
The scope of work for lot 2 includes: the design, provision of drawings (including contractor’s drawings), manufacture, at-works testing, supply, delivery, provision of associated documentation, onsite testing and commissioning of high voltage outdoor type switchgear up to 11 kV including any associated protection and auxiliary relays and tripping batteries and chargers where relevant.
The assemblies will be used in the water and wastewater industry and must be fully compliant with the relevant British and International Standards and the relevant Energy Networks Association Technical Specifications (ENATS). The switchgear shall also have received DNO approval or will have received DNO approval prior to contract signing.
The scope may also include installation of the assembly on site, if this service is required for a particular project.
This lot will be awarded to a sole supplier.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 1500000.00 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:
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:yes
II.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 annually up to a maximum overall term of 8 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Motor Starters
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 31214000
Main CPV code: 45315400
Main CPV code: 31200000
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water Region.
II.2.4) Description of the procurement:
The scope of work for lot 3 includes: the design, provision of drawings (including contractor’s drawings),manufacture, at-works testing, supply, delivery, provision of associated documentation, onsite testing and commissioning of high voltage motor starters up to 6.6 kV including any associated protection and auxiliary relays, together with capacitors and automatic power factor correction control equipment where relevant.
The asynchronous motor starters shall include non-reversing direct on line, auto-transformer and soft start asynchronous units. The assemblies will be used in the water and waste water industry and must be fully compliant with the relevant British and International Standards. They must be capable of either being integrated into the lot 1 switchgear panels or be stand alone units.
The scope may also include installation of the assembly on site, if this service is required for a particular project.
This lot will be awarded to a sole supplier.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 2500000.00 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:
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:yes
II.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 annually up to a maximum overall term of 8 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Transformers
Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 31170000
Main CPV code: 45317200
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water Region.
II.2.4) Description of the procurement:
The scope of work for lot 4 includes: the design, provision of drawings (including contractor’s drawings), manufacture, at-works testing, supply, delivery, provision of associated documentation, onsite testing and commissioning of power transformers, reactors and ancillary equipment for use in the water and waste water industry.
The assemblies provided must be fully compliant with the relevant British and International Standards and any relevant Energy Networks Association Technical Specifications (ENATS). The scope may also include installation of the transformer, reactor and ancillary equipment on site, if this service is required for a particular project.
This lot will be awarded to a sole supplier.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 5500000.00 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:
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:yes
II.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 annually up to a maximum overall term of 8 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Project Management and Installation Services Relating to HV Equipment
Lot No:5
II.2.2)Additional CPV code(s)
Main CPV code: 45315400
Main CPV code: 45317200
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water Region.
II.2.4) Description of the procurement:
The scope of work for lot 5 includes: project management and installation services relating to HV equipment.
This may include project management, design e.g. sizing cables, specifying protection requirements, working with DNO connections and similar HV works.
The successful contractor/s will require experience as a principal contractor working under the construction design management regulations.
This lot will include civil works normally associated with this type of work.
This lot will be awarded to two suppliers.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 8000000.00 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:
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:yes
II.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 annually up to a maximum overall term of 8 years.
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
Envisaged maximum number of participants to the framework agreement:7
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:2020-05-27 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:Between 3-5 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.
Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.
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:
2020-05-06
More Opportunties
- United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> > - United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> > - United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> >