Construction Tenders

Sun October 20 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 19th Jan 2024

Tender Details
Referenceocds-h6vhtk-042ec1
Common Procurement VocabularyConstruction work
Procurement MethodNegotiated procedure with prior call for competition
Value£400,000,000
« Previous Page

London

Category Works

Type

No. of Lots 1

Status Active

Published 19th Jan 2024

Tender Details
Referenceocds-h6vhtk-042ec1
Common Procurement VocabularyConstruction work
Procurement MethodNegotiated procedure with prior call for competition
Value£400,000,000

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://www.thameswater.co.uk/procurement

Additional information can be obtained from the above-mentioned address

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

Coppermills WS-SRP Procurement

Reference number

TC2052

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

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

• A new circa 700 Ml/d High Lift Pumping Station (HLPS)

• A new circa 260 Ml/d Slow Sand Filter (SSF) Recirculation and Run-to-Waste system

• A new cryptosporidium treatment system to treat SSF filtrate for Cryptosporidium inactivation*

• A new circa 50 Ml/d contact tank draindown pumping station and dechlorination system*

An overview of each of these packages and general requirements are provided in the Sections below.

*Note: Thames Water is currently developing the requirements for these elements of scope and may decide to remove them from the scope of works or delay delivery of them following contract award, which will affect the overall value of works and programme duration.

II.1.5) Estimated total value

Value excluding VAT: £400,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45232152 - Pumping station construction work
  • 45232430 - Water-treatment work
  • 45252126 - Drinking-water treatment plant construction work
  • 45259000 - Repair and maintenance of plant
  • 71320000 - Engineering design services

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

1.1. High Lift Pumping Station

• This package entails the design, construction, and commissioning of a new High Lift Pumping Station (HLPS) and decommissioning of the existing HLPS for Coppermills Advanced Water Treatment Works (AWTW). The existing HLPS is the primary means of distributing 'life's essential service' to customers in Northeast London and is being replaced to enhance supply resilience and future proof London's water supply system and will be funded via a conditional allowance programme.

• At a high level, this package will involve the construction of a modern, energy efficient, and resilient pumping station in the footprint of an existing slow sand filter in the centre of this busy operational site. The new HLPS building will feature a meticulously designed basement and superstructure to house the new VSD controlled high lift pumps, surge suppression equipment, electrical systems, and Heating, Ventilation, and Air Conditioning (HVAC) plant. Additionally, this package will include logistically and technically complicated connections and modifications to the existing contact tank(s) and the existing HLPS outlet and inlet manifolds, as well as connection to the Thames Water Ring Main. Further, the works will include the development and implementation of a comprehensive Supervisory Control and Data Acquisition (SCADA) upgrade along with a new instrumentation and control system to optimise the overall operational efficiency of the new HLPS and to protect customers. Many of the ancillary works associated with this package are significant and will include but not be limited to: HV power upgrade, additional standby generator capacity, a new uninterrupted power supply system, asset protection and monitoring, and decommissioning of the existing HLPS and associated assets.

1.2. Slow Sand Filter (SSF) Recirculation and Run-to-Waste System

• This package entails the design, construction, and commissioning of a new recirculation and run-to-waste system for 32 existing SSFs at Coppermills AWTW to enhance supply resilience and overall efficiency, resilience, and adaptability of Coppermills AWTW.

• This package will include the construction of 16 below ground SSF recirculation/run-to-waste pumping stations with submersible pumps, associated pipework, valves, instruments, and fittings. Additionally, a sophisticated flow control and monitoring system will be implemented, featuring 32 flow control valves, flowmeters, and sampling points on each SSF outlet. The electrical infrastructure will include an LV substation, East and West LV switchboards, and MCCs for each pumping station. E Flows from the individual pumping stations will be transferred to a central distribution point. The distribution point will incorporate flowmeters, control valves, sampling points, and instruments to enable flows to be sent to waste and/or recirculated depending on water quality and operational requirements. This package will also include the construction of new connections and a discharge pipework to the head of the works and Walthamstow Reservoir No. 3 via Tunnel C culvert. This forward-looking initiative aims to enhance overall efficiency, resilience, and adaptability to future water treatment demands.

1.3. Cryptosporidium Treatment System

• This package will involve the design, construction and commission of a new cryptosporidium treatment system to treat SSF filtrate at Coppermills AWTW. The requirements for this package of work are being developed by Thames Water. Accordingly, the successful Contractor will need to work collaboratively with Thames Water to help develop the requirements for this package. Thames Water's key driver for including this package in this contract is to ensure an integrated and systematic approach to delivery of all works at Coppermills AWTW and to support early benefit realisation and cost savings where possible.

1.4. Contact Tank Draindown System

• Similar to the cryptosporidium treatment system, requirements for the contact tank draindown system are still being developed. However, there are considerable linkages between this future package and the HLPS and SSF recirculation and run-to-waste packages and therefore it is essential that requirements and solutions are developed in parallel.

1.5. General Requirements

• This project will require a high level of civil, mechanical, electrical, process, operational, and construction planning and management expertise to ensure successful delivery. The key elements are summarised below:

1.5.1. Design, procurement, construction, and cost management:

1.5.1.1. Working collaboratively with Thames Water to develop detailed design plans and gain approvals for the project, whilst considering funding and programme constraints.

1.5.1.2. Timely and effective procurement of the necessary equipment and components such as pumps, valves, and instrumentation to ensure successful delivery and value for money.

1.5.1.3. Industry leading construction and cost management services that put the project and our customers first.

1.5.2. Site establishment and enabling works:

1.5.2.1. Identification, specification, and completion of any de-risking surveys/studies required to support the delivery of the project.

1.5.2.2. Decommissioning, diversion, and demolition of existing assets as required to facilitate the project.

1.5.2.3. Design and installation of measures to protect and monitor existing assets to ensure safe delivery of the project.

1.5.2.4. Establishing and maintaining the construction and office compound(s) and facilities for the delivery of the project.

1.5.3. SCADA works:

1.5.3.1. Upgrade the existing telemetry and control systems to integrate new assets and optimise control and operation of the site.

1.5.4. Electrical works:

1.5.4.1. Full upgrade of the existing power supply and distribution systems for the site to support new and existing plant and apparatus.

1.5.4.2. New HV switchboards/switchgears, LV MCCs, LV switchboards, uninterrupted power supply, standby generators, and associated equipment.

1.5.5. Civil works:

1.5.5.1. Demolish SSF no. 18 to make way for the new HLPS building, including substructures, to accommodate the HLPS and associated apparatus.

1.5.5.2. Civil building works, including but not limited to the new HLPS, MCC, electrical and control buildings, as well as slow sand filter pumping stations, SSF recirculation/Run-to-Waste distribution system, and discharge chambers.

1.5.5.3. Installation of cable ducts, below and above ground pipework and associated supports.

1.5.5.4. Structural modifications to the existing contact tank(s) and an adjacent SSF (SSF no. 19) to facilitate the construction of the new HLPS inlet manifolds.

1.5.5.5. Construction of new outlet manifold connections from the new HLPS to the four distribution zones and a new tunnelled connection to the Thames Water Ring Main.

1.5.5.6. Implement measures and asset protection controls to support construction activities.

1.5.6. MEICA works:

1.5.6.1. Mechanical, electrical and ICA fit for the project including but not limited to, all valves, instruments, pumps, motors, VSDs, control panels, surge suppression systems, chemical dosing systems and mixers, as well as water quality shutdown and control systems.

1.5.7. Commissioning and handover:

1.5.7.1. Testing, commissioning, and handover of all installed assets in a manner that supports Thames Water's operational needs.

1.5.8. Decommissioning and reinstatement:

1.5.8.1. Decommission the existing high lift pumping station and assets made redundant by the works especially those that could pose a risk to water quality and/or health and safety.

1.5.8.2. Reinstate and recommission SSF no. 19.

1.5.8.3. Reinstate all areas affected by the project to pre-works condition or better.

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: £400,000,000

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

Duration in months

128

This contract is subject to renewal

No

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

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

Please note the value given in II.1.5 is indicative and is in the range of £300,000,000 - £400,000,000.

A Launch Event was held on the 16th January, please email Procurement Support for the recording and slides: procurement.support.centre [at] thameswater.co.uk. This will also be issued with the procurement documents.


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 and PQQ

III.1.6) Deposits and guarantees required

Bonds and 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

Please refer to the procurement documents.

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.1.8) 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

19 February 2024

Local time

12:00pm

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.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.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Limited 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 (SI 2016 No 274) 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).