web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Reading: Phosphorus Reduction Programme

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 159-393476/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU
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

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: Phosphorus Reduction Programme
Reference number: FA1422
II.1.2) Main CPV code: 90732920
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
The scope of this framework agreement is for the supply of new technology to meet more stringent requirements to reduce Phosphorus content in treated waste water going into rivers. This agreement will help Thames Water to comply with the new Water framework and habitats directive.

II.1.5) Estimated total value
Value excluding VAT: 60730000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
Maximum number of lots that may be awarded to one tenderer:3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1, 2 and 3.

II.2) Description
II.2.1) Title: High Phosphorus Consent Level — 0,8 mg/l and Above

Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 90732920

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:
This lot will cover the high consent level — 0,8 mg/l and above.
The core scope includes design, manufacture, FAT, deliver, install (if required), test and commissioning of a complete tertiary treatment plant in accordance with the technical specification. This is anticipated to comprise of:
The core scope of the framework is the supply of the tertiary treatment plant along with all necessary equipment, instruments, ancillaries and media (if any).
Optional scope will include (and not be limited to):
— associated supports, supporting structures and pipework,
— backwash system including air blowers,
— media trap (if required),
— inline mixer and flocculation chamber(s),
— flowmeters,
— all interconnecting power, control and signal cabling,
— LCPs as required,
— GRP Kiosk for blowers, pumps, LCP, as required,
— all access platforms, hand railing, staircases and ladders as required,
— all lifting equipment,
— equipment labelling and tagging as per Thames Water standards,
— operator training. Minimum 5 non consecutive days,
— maintenance.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 11945000.00 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 agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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:
Thames Water envisages that the agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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: Medium Phosphorus Consent Level (<0,8 mg/l to 0,4 mg/l)

Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 90732920

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:
This lot covers medium phosphorus consent level (<0,8 mg/l to 0,4mg/l).
The core scope includes design, manufacture, FAT, deliver, install (if required), test and commissioning of a complete tertiary treatment plant in accordance with the technical specification. This is anticipated to comprise of:
The core scope of the framework is the supply of the tertiary treatment plant along with all necessary equipment, instruments, ancillaries and media (if any).
Optional scope will include (and not be limited to):
— associated supports, supporting structures and pipework,
— backwash system including air blowers,
— media trap (if required),
— inline mixer and flocculation chamber(s),
— flowmeters,
— all interconnecting power, control and signal cabling,
— LCPs as required,
— GRP Kiosk for blowers, pumps, LCP, as required,
— all access platforms, hand railing, staircases and ladders as required,
— all lifting equipment,
— equipment labelling and tagging as per Thames Water standards,
— operator training. Minimum 5 non consecutive days,
— maintenance.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 16575000.00 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 agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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:
Thames Water envisages that the agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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: Tight Phosphorus Consent Level <0,4 mg/l)

Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 90732920

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 core scope includes design, manufacture, FAT, deliver, install (if required), test and commissioning of a complete tertiary treatment plant in accordance with the technical specification. This is anticipated to comprise of:
The core scope of the framework is the supply of the tertiary treatment plant along with all necessary equipment, instruments, ancillaries and media (if any).
Optional scope will include (and not be limited to):
— associated supports, supporting structures and pipework,
— backwash system including air blowers,
— media trap (if required),
— inline mixer and flocculation chamber(s),
— flowmeters,
— all interconnecting power, control and signal cabling,
— LCPs as required,
— GRP Kiosk for blowers, pumps, LCP, as required,
— all access platforms, hand railing, staircases and ladders as required,
— all lifting equipment,
— equipment labelling and tagging as per Thames Water standards,
— operator training. Minimum 5 non consecutive days,
— maintenance.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 32210000.00 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 agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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:
Thames Water envisages that the agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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 the PQQ Documentation.

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:3
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:2019-09-10 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 5 and 8 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:
2019-08-16