Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 2

Status Active

Published 28th Nov 2024

Tender Details
Referenceocds-h6vhtk-04c0ac
Common Procurement VocabularyConstruction work
Procurement MethodNegotiated procedure with prior call for competition
Value£440,000,000
More Tenders »

London

Category Works

Type

No. of Lots 2

Status Active

Published 28th Nov 2024

Tender Details
Referenceocds-h6vhtk-04c0ac
Common Procurement VocabularyConstruction work
Procurement MethodNegotiated procedure with prior call for competition
Value£440,000,000

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre [at] thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

https://www.thameswater.co.uk/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://forms.office.com/e/Nf6ihHFYT7

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2172MainsRehabilitation

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Mains Rehabilitation

Reference number

FA2172

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

This project includes, but is not limited to the following packages of work:

A new chemical storage and dosing system to aid Phosphorus removal

A new pre-aeration primary tank supernatant and RAS mixing and distribution chamber

A new activated sludge aeration lane that matches existing with two new 35 m diameter final settlement tanks and RAS system

A new Tertiary Solids Removal treatment stage

A new standby power facility

A new centrate storage tank and pump system to return centrate for treatment

A new Picket Fence Thickener to operate in parallel to two existing units

A new liquor return pump station to return site liquors for treatment

II.1.5) Estimated total value

Value excluding VAT: £440,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

II.2.1) Title

Lot 1 (Design and Build)

Lot No

1

II.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

II.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

The whole of the Thames Water Region

II.2.4) Description of the procurement

Lot 1 - Design and Build

Water Quality, Burst Driven, DMA Replacement

IChemE Burgundy Book - TW Amendments

Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves.

Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box.

Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc.

Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £320,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend up to a maximum duration of 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 8

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Lot 2 (Build Only)

Lot No

2

II.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

II.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

The whole of the Thames Water Region

II.2.4) Description of the procurement

Lot 2 - Build Only

Water Quality, Burst Driven, DMA Replacement

NEC4 ECSS Short form with TW Amendments

Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves.

Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box.

Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc.

Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £120,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend up to a maximum duration of 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

Maximum number: 5

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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 & 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 Invitation to Negotiate 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


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.1.8) 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

14 January 2025

Local time

10:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.MSOfficeForms.co.uk).

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. To complete the PQQ you will need to login to the project SharePoint site.

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

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom