Planning

Coppermills WS-SRP Procurement

THAMES WATER UTILITIES LIMITED

This public procurement record has 1 release in its history.

Planning

08 Jan 2024 at 17:46

Summary of the contracting process

The public procurement contracting process for the "Coppermills WS-SRP Procurement" project by THAMES WATER UTILITIES LIMITED is in the planning stage. The project involves construction work for a High Lift Pumping Station, Slow Sand Filter system, ultraviolet irradiation system, and contact tank draindown system. The project value is £400 million. The tender deadline for expressions of interest is on January 16, 2024. A Launch Event for further project details will be held on January 16, 2024.

This tender for construction works by THAMES WATER UTILITIES LIMITED offers opportunities for businesses in the water industry. Companies skilled in civil engineering, construction, and project management would be well-suited to compete. The project involves a comprehensive scope of work, including design, construction, and commissioning. Interested parties should engage with Thames Water to develop detailed plans and solutions. Participation in the Launch Event is recommended to understand procurement processes and timelines.

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

Coppermills WS-SRP Procurement

Notice Description

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. Future works may include the following and is included in the value given in Section II.1.5. * A new ultraviolet irradiation system to treat SSF filtrate for Cryptosporidium inactivation. * A new circa 50 Ml/d contact tank draindown pumping station and dechlorination system. One contract for the full scope of the PIN is intended to be procured by issue of a Contract Notice, but the final contract may not include the full scope and Thames Water may, through the procurement, change its requirements as indicated in this PIN.

Lot Information

Lot 1

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. Ultraviolet Irradiation System * This package will involve the design, construction and commission of a new ultraviolet irradiation (UV) 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 UV 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 customer's 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. * Reinstate all areas affected by the project to pre-works condition or better. Additional information: Please note the value given in II.1.5 is indicative and is in the range of PS300,000,000 - PS400,000,000. We will be holding a Launch Event to provide further information on the project, procurement process and contract model to familiarise the market with the opportunity and timelines. Attendance at the Launch Event is not essential for participation in the procurement and all information provided at the launch event will be made available later in the procurement documents. The Launch Event will be recorded, by attending this meeting you consent to being included. Time limit listed below for expressions of interest is for attendance for the launch event only. This Periodic indicative notice is not a call for competition and the launch event is not part of the procurement process itself which is triggered by a Contract Notice. Launch event to be held via MS Teams, on Tuesday 16 January 2024 at 2pm. Please email for joining instructions and to confirm attendance: procurement.support.centre@thameswater.co.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-042b8a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000578-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£400,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jan 20242 years ago
Submission Deadline
16 Jan 2024Expired
Future Notice Date
19 Jan 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

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

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-042b8a-2024-01-08T17:46:53Z",
    "date": "2024-01-08T17:46:53Z",
    "ocid": "ocds-h6vhtk-042b8a",
    "initiationType": "tender",
    "tender": {
        "id": "TC2052",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Coppermills WS-SRP Procurement",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "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. Future works may include the following and is included in the value given in Section II.1.5. * A new ultraviolet irradiation system to treat SSF filtrate for Cryptosporidium inactivation. * A new circa 50 Ml/d contact tank draindown pumping station and dechlorination system. One contract for the full scope of the PIN is intended to be procured by issue of a Contract Notice, but the final contract may not include the full scope and Thames Water may, through the procurement, change its requirements as indicated in this PIN.",
        "value": {
            "amount": 400000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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. Ultraviolet Irradiation System * This package will involve the design, construction and commission of a new ultraviolet irradiation (UV) 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 UV 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 customer's 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. * Reinstate all areas affected by the project to pre-works condition or better. Additional information: Please note the value given in II.1.5 is indicative and is in the range of PS300,000,000 - PS400,000,000. We will be holding a Launch Event to provide further information on the project, procurement process and contract model to familiarise the market with the opportunity and timelines. Attendance at the Launch Event is not essential for participation in the procurement and all information provided at the launch event will be made available later in the procurement documents. The Launch Event will be recorded, by attending this meeting you consent to being included. Time limit listed below for expressions of interest is for attendance for the launch event only. This Periodic indicative notice is not a call for competition and the launch event is not part of the procurement process itself which is triggered by a Contract Notice. Launch event to be held via MS Teams, on Tuesday 16 January 2024 at 2pm. Please email for joining instructions and to confirm attendance: procurement.support.centre@thameswater.co.uk",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-01-19T00:00:00Z"
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "tenderPeriod": {
            "endDate": "2024-01-16T10:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED",
                "id": "02366661",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "RG1 8DB",
                "locality": "Reading",
                "region": "UKJ11",
                "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": "https://www.thameswater.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en"
}