Award

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

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

Award

20 Sep 2021 at 14:08

Tender

01 Mar 2021 at 12:47

Summary of the contracting process

The procurement process conducted by Thames Water Utilities Limited involves the design and installation of Event Duration Monitors and flow monitoring systems at sewage treatment works. Classified under sewage-treatment plant construction work, this tender is currently in the Award stage following an initial tender initiation on 20th September 2021. The contract, valued at £18 million, covers the Thames Water region, with a contract period extending up to 8 years subject to satisfactory performance. Key activities involved include installation and assessment of monitoring equipment to meet the MCERTS standards, with a notable deadline for submissions having passed on 31st March 2021.

This tender presents substantial growth opportunities for businesses specialising in environmental monitoring technologies, construction, and sewage management services. Companies capable of providing highly technical flow-measuring equipment and who understand civil engineering requirements are well-positioned to compete in this bidding process. Additionally, businesses offering innovative monitoring solutions or customisation services to meet regulatory standards may find valuable prospects in this extensive project.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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.

Lot Information

Lot 1

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 (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.

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029717
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023336-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

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

45252100 - Sewage-treatment plant construction work

71631440 - Flow-monitoring services

Notice Value(s)

Tender Value
£18,000,000 £10M-£100M
Lots Value
£18,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Sep 20214 years ago
Submission Deadline
31 Mar 2021Expired
Future Notice Date
Not specified
Award Date
8 Aug 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Between 4 and 8 years dependent on contractor's performance during the initial framework duration and any extension period.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029717-2021-09-20T15:08:32+01:00",
    "date": "2021-09-20T15:08:32+01:00",
    "ocid": "ocds-h6vhtk-029717",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "CP0031",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Design and Installation of Event Duration Monitors and Flow Monitoring at Thames Water's Sewage Treatment Works",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45252100",
            "description": "Sewage-treatment plant construction work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 18000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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 (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.",
                "value": {
                    "amount": 18000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38421000",
                        "description": "Flow-measuring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39350000",
                        "description": "Sewerage works equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252000",
                        "description": "Construction works for sewage treatment plants, purification plants and refuse incineration plants"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631440",
                        "description": "Flow-monitoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of the Thames Water region."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.thameswater.co.uk/procurement",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As detailed in the PQQ.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 and PQQ."
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "contractTerms": {
            "financialTerms": "Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Specified in Invitation to Negotiate Document.",
            "tendererLegalForm": "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.",
            "performanceTerms": "As detailed in the ITN.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "secondStage": {
            "successiveReduction": true
        },
        "tenderPeriod": {
            "endDate": "2021-03-31T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "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).",
        "recurrence": {
            "description": "Between 4 and 8 years dependent on contractor's performance during the initial framework duration and any extension period."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-3198",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED"
            },
            "address": {
                "streetAddress": "RG1 8DB",
                "locality": "Reading",
                "region": "UKJ",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "http://www.thameswater.co.uk/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.thameswater.co.uk/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4846",
            "name": "Thames Water Utilities Ltd",
            "identifier": {
                "legalName": "Thames Water Utilities Ltd"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3198",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "023336-2021-Enviromontel Limited-1",
            "relatedLots": [
                "1"
            ],
            "title": "Design and installation of equipment for event duration monitoring and flow monitoring",
            "status": "active"
        }
    ],
    "contracts": [
        {
            "id": "023336-2021-Enviromontel Limited-1",
            "awardID": "023336-2021-Enviromontel Limited-1",
            "title": "Design and installation of equipment for event duration monitoring and flow monitoring",
            "status": "active",
            "dateSigned": "2021-08-09T00:00:00+01:00"
        }
    ]
}