Non-Infrastructure Medium Project Work

A Tender Notice
by THAMES WATER UTILITIES LIMITED

Source
Find a Tender
Type
Framework (Works)
Duration
8 year
Value
£334M-£500M
Sector
CONSTRUCTION
Published
16 Feb 2023
Delivery
To 04 Apr 2032 (est.)
Deadline
20 Mar 2023 12:00

Concepts

Location

London: Whole of Thames Water Region

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Non-infrastructure MEICA and Civils ~ Medium (RW1) Project Work. TWUL are procuring delivery capability for Non-Infrastructure projects. TWUL recognises non-infrastructure as nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water's water and wastewater non-infrastructure (treatment) assets across the Thames Water region. The Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs Water non infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance, - disinfection, - surge protection, - chemical dosing, - supervisory control and data acquisition (SCADA), - run-to-waste facilities, - cartridge filters and UV, - increased power resilience, - inspection and maintenance of existing service and storage reservoirs. Wastewater non-infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new treatment facilities such as inlet works, - storm water storage, - event duration monitors, - settlement tanks, - biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP), - digester roof replacement, - combined heat and power (CHP), - chemical dosing, - phosphorous removal, - odour control, - SCADA, - increased power resilience.

Lot Division

1 Non-infrastructure MEICA Medium Project Works
  • Value: £167M

Non-infrastructure Mechanical, Electrical, Instrumentation, Control & Automation systems project works including the refurbishment, replacement, and maintenance as described above in section ll.1.4 The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m RW3 is Major Projects for works with generally exceeding £25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. Additional information: Whilst the intention is to use this Lot for projects which are predominately MEICA works, there may inevitably be an element of associated civils works. Please note, the envisaged number of participants to lot 1 is 8.

2 Civil Medium Project Work
  • Value: £167M

Non-infrastructure civils project works as described above in section II.1.4. The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m RW3 is Major Projects for works with generally exceeding £25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. Additional information: Whilst the intention is to use this Lot for projects which are predominately civil works, there may inevitably be an element of associated MEICA works. Please note, the envisaged number of participants to lot 2 is 8.

3 Projects involving both MEICA and Civils Works

Projects involving both MEICA and Civils Works as described in II.1.4. The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m RW3 is Major Projects for works with generally exceeding £25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. Additional information: Please note, the envisaged number of participants to lot 3 is 12.

CPV Codes

  • 45000000 - Construction work
  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works
  • 45232421 - Sewage treatment works
  • 45232422 - Sludge-treatment works
  • 45232423 - Sewage pumping stations construction work
  • 45232430 - Water-treatment work
  • 45232431 - Wastewater pumping station
  • 45232440 - Construction work for sewage pipes
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232453 - Drains construction work
  • 45350000 - Mechanical installations

Indicators

  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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