Design and Installation of Event Duration Monitors and Flow Monitoring at Thames Water's Sewage Treatment Works

A Utilities Contract Notice
by THAMES WATER UTILITIES LIMITED

Source
Find a Tender
Type
Framework (Works)
Duration
8 year
Value
18M
Sector
CONSTRUCTION
Published
01 Mar 2021
Delivery
To 31 Mar 2029 (est.)
Deadline
31 Mar 2021 11:00

Concepts

Location

The whole of the Thames Water region

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

Provision of MCERTS Event Duration Monitors (EDMs) (U_MON3 driver) to detect start and stop times of overflows to storm tanks, off-line storage, on-line storage, land treatment area or direct to the environment. Provision of MCERTS pass forward flow (PFF) monitors (U_MON4 Driver). The solutions can involve the condition assessment and modification of pre-existing installations to meet the MCERTS standard, or the first-time installation of a PFF instruments. Provision MCERTS flow monitoring for the first time flow (U_MON5) where permitted DWF or maximum daily flow is greater than 50m3/d at sewage treatment works (STWs). Installations may require a degree of civils work as part of the installation, including but not limited to new flume channel or wash out chambers.

Total Quantity or Scope

The solutions can involve the condition assessment and modification of pre-existing installations to meet the MCERTS standard, or the first-time installation of a PFF instruments. Provision MCERTS flow monitoring for the first time (U_MON5) where permitted DWF or maximum daily flow is greater than 50m3/d at sewage treatment works (STWs).

Renewal Options

This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 years. This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 years.

CPV Codes

  • 45252100 - Sewage-treatment plant construction work
  • 38421000 - Flow-measuring equipment
  • 39350000 - Sewerage works equipment
  • 45240000 - Construction work for water projects
  • 45252000 - Construction works for sewage treatment plants, purification plants and refuse incineration plants
  • 71631440 - Flow-monitoring services

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other Information

It is proposed that this framework agreement will run for an initial period of 4 years, with the option to extend on an annual basis for a maximum further 4 years. TWUL does not propose to amend the scope of works as it moves from AMP7 to AMP8. TWUL reserves the right to extend this framework agreement, where operational benefits exist for doing so. TWUL proposes that any extension will apply to all elements of the contract, including but not limited to price review mechanisms (subject to any approved variations). 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.

Reference

Domains