Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}