Non-infrastructure MEICA and Civils ~ Medium (RW1) Project Work. TWUL are procuring delivery capability for Non-Infrastructure projects.
TWUL recognises non-infrastructure as nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water's water and wastewater non-infrastructure (treatment) assets across the Thames Water region. The Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs
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,
- inspection and maintenance of existing service and storage reservoirs.
Wastewater non-infrastructure scope includes but is not limited to:
- refurbishment, replacement and provision of new treatment facilities such as inlet works,
- storm water 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.
two.1.5) Estimated total valueII.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lotsII.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Non-infrastructure Mechanical, Electrical, Instrumentation, Control & Automation systems project works including the refurbishment, replacement, and maintenance as described above in section ll.1.4
The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways:
RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value.
RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries)
RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m
RW3 is Major Projects for works with generally exceeding £25m
It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated.
The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works.
Non-infrastructure civils project works as described above in section II.1.4.
The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways:
RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value.
RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries)
RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m
RW3 is Major Projects for works with generally exceeding £25m
It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated.
The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works.
Projects involving both MEICA and Civils Works as described in II.1.4.
The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways:
RW0 is Small Project Work where works contracts are expected to typically be greater than £250k in value.
RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between £250k and £5m (but exceptionally works may fall outside those boundaries)
RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between £5m and £25m
RW3 is Major Projects for works with generally exceeding £25m
It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to £1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated.
The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works.
two.2.5) Award criteriaII.2.5) Award criteria