Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
AMP7/AMP8 Capital Programmes Geographic Lots for Infrastructure and Non-Infrastructure Projects
Reference number: FA1495
II.1.2)Main CPV code45240000 Construction work for water projects
II.1.3)Type of contractWorks
II.1.4)Short description:
TWUL are procuring design and build delivery capability for infrastructure and non-infrastructure projects.
Essentially, TWUL recognises these as infrastructure – nominally the underground network of water mains and sewage and non-infrastructure – nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water’s water and wastewater infrastructure (network) and non-infrastructure (treatment) assets across the Thames Water region. The nature of the infrastructure scope broadly extends from rehabilitation, replacement and provision of new sewers and potable water pipelines to inspection and maintenance of aqueducts and tunnels. This will also include refurbishment, replacement and provision of new pumping station assets. Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs.
II.1.5)Estimated total valueValue excluding VAT: 2 330 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2)Description
II.2.1)Title:
Non-Infrastructure - London
Lot No: 3
II.2.2)Additional CPV code(s)90420000 Sewage treatment services
45232151 Water-main refurbishment construction work
45232421 Sewage treatment works
45232422 Sludge-treatment works
45232423 Sewage pumping stations construction work
45232430 Water-treatment work
45232431 Wastewater pumping station
45232440 Construction work for sewage pipes
45232451 Drainage and surface works
45232453 Drains construction work
II.2.3)Place of performanceNUTS code: UKI LONDON
II.2.4)Description of the procurement:
The water non infrastructure scope includes but is not limited to:
— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,
— disinfection,
— surge protection,
— chemical dosing,
— supervisory control and data acquisition (SCADA),
— run-to-waste facilities,
— cartridge filters and UV,
— increased power resilience,
— new service reservoirs,
— inspection and maintenance of existing service and storage reservoirs.
The wastewater non-infrastructure scope includes but is not limited to:
— refurbishment, replacement and provision of new treatment facilities such as inlet works,
— stormwater storage,
— event duration monitors,
— settlement tanks,
— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),
— digester roof replacement,
— combined heat and power (CHP),
— chemical dosing,
— phosphorous removal,
— odour control,
— SCADA,
— increased power resilience.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 760 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 10
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: yes
Description of options:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lots 1 and 2 were the subject of Contract Notice 536240-2019 - AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects, Reference number: FA1488
II.2)Description
II.2.1)Title:
Non-Infrastructure - Thames Valley
Lot No: 4
II.2.2)Additional CPV code(s)90420000 Sewage treatment services
45232151 Water-main refurbishment construction work
45232421 Sewage treatment works
45232422 Sludge-treatment works
45232423 Sewage pumping stations construction work
45232430 Water-treatment work
45232431 Wastewater pumping station
45232440 Construction work for sewage pipes
45232451 Drainage and surface works
45232453 Drains construction work
II.2.3)Place of performanceNUTS code: UKJ SOUTH EAST (ENGLAND)
II.2.4)Description of the procurement:
The water non infrastructure scope includes but is not limited to:
— refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance,
— disinfection,
— surge protection,
— chemical dosing,
— supervisory control and data acquisition (SCADA),
— run-to-waste facilities,
— cartridge filters and UV,
— increased power resilience,
— new service reservoirs,
— inspection and maintenance of existing service and storage reservoirs.
The wastewater non-infrastructure scope includes but is not limited to:
— refurbishment, replacement and provision of new treatment facilities such as inlet works,
— stormwater storage,
— event duration monitors,
— settlement tanks,
— biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP),
— digester roof replacement,
— combined heat and power (CHP),
— chemical dosing,
— phosphorous removal,
— odour control,
— SCADA,
— increased power resilience.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 460 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 10
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: yes
Description of options:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lots 1 and 2 were the subject of Contract Notice 536240-2019 - AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects, Reference number: FA1488
II.2)Description
II.2.1)Title:
Infrastructure North London
Lot No: 5
II.2.2)Additional CPV code(s)90420000 Sewage treatment services
45232151 Water-main refurbishment construction work
45232421 Sewage treatment works
45232422 Sludge-treatment works
45232423 Sewage pumping stations construction work
45232430 Water-treatment work
45232431 Wastewater pumping station
45232440 Construction work for sewage pipes
45232451 Drainage and surface works
45232453 Drains construction work
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
II.2.4)Description of the procurement:
The scope of Water Infrastructure Programme includes but is not limited to the following activities:
— trunk mains replacement,
— new trunk mains associated with growth, distribution mains and lead communications pipe replacement,
— pressure management activities,
— inspection and maintenance of aqueducts, bridges and tunnels.
The scope of Wastewater Infrastructure Programme includes but is not limited to the following activities
— new rising mains and their replacement,
— rehabilitation and replacement of sewers near and crossing rail,
— gravity solutions to maintain asset health and accommodate growth together with pipe bridge inspections.
This programme will also include sustainable urban drainage (SUDs) and the need to respond effectively to emergency works that are generally pipeline related. Investment in sewage pumping stations will include; pump replacement, enhanced power resilience, switchgear and transformer replacement.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 420 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 10
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: yes
Description of options:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lots 1 and 2 were the subject of Contract Notice 536240-2019 - AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects, Reference number: FA1488
II.2)Description
II.2.1)Title:
Infrastructure South London
Lot No: 6
II.2.2)Additional CPV code(s)90420000 Sewage treatment services
45232151 Water-main refurbishment construction work
45232421 Sewage treatment works
45232422 Sludge-treatment works
45232423 Sewage pumping stations construction work
45232430 Water-treatment work
45232431 Wastewater pumping station
45232440 Construction work for sewage pipes
45232451 Drainage and surface works
45232453 Drains construction work
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
II.2.4)Description of the procurement:
The scope of Water Infrastructure Programme includes but is not limited to the following activities:
— trunk mains replacement,
— new trunk mains associated with growth, distribution mains and lead communications pipe replacement,
— pressure management activities,
— inspection and maintenance of aqueducts, bridges and tunnels.
The scope of Wastewater Infrastructure Programme includes but is not limited to the following activities:
— new rising mains and their replacement,
— rehabilitation and replacement of sewers near and crossing rail,
— gravity solutions to maintain asset health and accommodate growth together with pipe bridge inspections.
This programme will also include sustainable urban drainage (SUDs) and the need to respond effectively to emergency works that are generally pipeline related. Investment in sewage pumping stations will include; pump replacement, enhanced power resilience, switchgear and transformer replacement.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 480 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 10
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: yes
Description of options:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lots 1 and 2 were the subject of Contract Notice 536240-2019 - AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects, Reference number: FA1488
II.2)Description
II.2.1)Title:
Infrastructure Thames Valley
Lot No: 7
II.2.2)Additional CPV code(s)90420000 Sewage treatment services
45232151 Water-main refurbishment construction work
45232421 Sewage treatment works
45232422 Sludge-treatment works
45232423 Sewage pumping stations construction work
45232430 Water-treatment work
45232431 Wastewater pumping station
45232440 Construction work for sewage pipes
45232451 Drainage and surface works
45232453 Drains construction work
II.2.3)Place of performanceNUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:
II.2.4)Description of the procurement:
The scope of Water Infrastructure Programme includes but is not limited to the following activities:
— trunk mains replacement,
— new trunk mains associated with growth, distribution mains and lead communications pipe replacement,
— pressure management activities,
— inspection and maintenance of aqueducts, bridges and tunnels.
The scope of Wastewater Infrastructure Programme includes but is not limited to the following activities:
— new rising mains and their replacement,
— rehabilitation and replacement of sewers near and crossing rail,
— gravity solutions to maintain asset health and accommodate growth together with pipe bridge inspections.
This programme will also include sustainable urban drainage (SUDs) and the need to respond effectively to emergency works that are generally pipeline related. Investment in sewage pumping stations will include; pump replacement, enhanced power resilience, switchgear and transformer replacement.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 210 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 10
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: yes
Description of options:
This lot shall run for an initial period of approximately 5 years to complement the proposed AMP7 regulatory period. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 5 years in line with the AMP8 regulatory period
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Lots 1 and 2 were the subject of Contract Notice 536240-2019 - AMP7/AMP8 Capital Programmes for Infrastructure and Non-Infrastructure Projects, Reference number: FA1488