By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

FA1127: Reactivation of Granular Activated Carbon (Water Requirements).

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Thames Water Utilities Limited
Procurement Support Centre - 3rd Floor East, C/O Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
FA1127: Reactivation of Granular Activated Carbon (Water Requirements).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Whole of Thames Water region.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in months: 120
II.1.5)Short description of the contract or purchase(s):
TWUL is looking to improve the overall cost effectiveness and operation of it’s GAC process.
As part of this exercise TWUL is considering closing its Internal Reactivation facility located at Kempton Park WTW and reactivating spent GAC volumes externally.
The scope will involve processing spent GAC from TWUL's Water production operations, including Slow Sand Filter sites, Post Clarification sites and Ground Water sites.
The service will involve:
- Collection of spent GAC from TWULsites,
- Reactivation of spend GAC at the suppliers site,
- Addition of required levels of Virgin GAC 'make-up' at the supplier site,
- Return of Reactivated GAC to TWUL sites.
The term of the contract will be for up to 10 years.
II.1.6)Common procurement vocabulary (CPV)

24954200, 24954100, 24954000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Information to be provided in the invitation to negotiate.
II.2.2)Information about options
Options: yes
Description of these options: Any agreement awarded would be for an initial duration of five years, with options to extend annually up to a maximum overall term of ten years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in Invitation to Negotiate document.
III.1.3)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 any award.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Operation of the contract will be subject to KPIs and SLAs. A service credit mechnism may be applied to ensure performance levels are maintained.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Thames Water reserves the right to conduct an electronic auction, if it wishes to do so, as part of the award criteria for the particular contract/agreement.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
1127
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
20.7.2012 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Between 5 to 10 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
There is no application form available for completion - Applicants are required to respond directly to this Notice. Responses to the Notice should consist of a maximum of 20 pages (40 sides) of A4 paper. Accounts and copies of certificates may be appended to the main body of the response. Applicants should submit two hard copies in a flat or spiral binder and one copy on CD Rom/USB stick. The envelope must be clearly marked with project number (FA1127). Storage is limited, and applicants are requested not to use lever arch folders or other bulky bindings. Applicants should not include non-requested sales literature with their applications. Packages weighing more than 10kgs cannot be accepted. Applicants who are invited to negotiate may be required to demonstrate their services in practical trials or presentations at no cost to Thames Water Utilities Limited. Applicants who fail to supply all of the information requested in response to this Notice risk elimination. The contents of this Notice are sufficient for submissions of pre-qualification data; all other communications are discouraged.
Applications must be clear and concise and contain all the information requested in this notice. The format of applicant’s responses must be such that each point is restated and immediately followed by the supplier's answer.
Variants will be accepted, if submitted in addition to a compliant bid, further details will be given in the ITN.
Contracts will be under English law.
We intend to invite up to 10 respondents to tender for these contracts. Weighted selection criteria will be used to evaluate the responses to this Notice as set out below:
Selection Criteria:
Economic operators to whom Regulation 26(5) of the Utilities Contracts Regulations are ineligible for selection.
Applicants are required to certify that none of the circumstances specified in Regulations 26(1) and 26(5) of the Utilities Contracts Regulations applies to the applicant.
1. Financial and Economic Capacity: 20 %
1.1 Supply audited accounts for the previous 2 years (supplier must include)
1.2 Describe your GAC business strategy and targets for the next 5 years
1.3 Provide evidence of turnover (including split by geographical region and product group)region In UK, Europe and Worldwide
1.4 Provide relevant contact name, address, telephone number and email details of person responsible for this submission and management of the tender going forward
1.5 Confirm ability to provide a single point of contact for resolution of day-to-day queries and a dedicated, key account manager who will oversee the running of the agreement.
1.6 Experience: Provide reference details of at least 2 contracts undertaken in the last 5 years relevant to the scope of this work. Describe the range, scope, value and duration, including referee contact details.
a. Confirm your willingness for us to approach referees on receipt of your application. Please note that customer site visits may be required as part of the procurement process.
1.7 Provide evidence of having an accredited quality assurance system for the site/s you intend to serve Thames Water for the scope of work described. At a minimum this should be ISO9001. Please provide copies of certifications.
1.8 Confirm a Health & Safety policy is in place
1.9 Confirm an environmental policy is in place
2. Technical and Professional Ability: 30 % across 2.1 to 2.4.2
2.1 Confirm the length of your experience in providing GAC reactivation services
2.2 Provide an overview of your customer portfolio within the Water Industry
2.3 Provide details of your company resources within Europe (including the UK), including number of staff & facilities by type (Reactivation / GAC Production / Sales & support)
2.4 For the provision of a GAC Reactivation service to TWUL:
2.4.1 What is your total reactivation capacity in Europe
2.4.2 What is your total reactivation capacity for the sites which you propose will service this agreement. (Please provide names and locations of the sites)
2.4.3 For you sites that will service this agreement, confirm that you will have available capacity to receive and process up to 5 200 tonnes of spent GAC per annum. - Mandatory PASS / FAIL question
2.4.4 TWUL’s Post Clarification sites require spent GAC to be Acid Washed as part of the reactivation process. Please confirm that you have Acid Washing capability and expertise. Please provide details of your experience of this process - Mandatory PASS / FAIL question
3 Health and Safety: 20 % across 3.1 to 3.7
3.1 Provide full details of your health and safety policy, records and systems, including:
3.2 Please outline how you ensure you have a competent workforce
3.3 Please outline how you ensure your managers have an understanding of your company health and safety management system
3.4 Please describe the mechanisms that are used to inform employees of health and safety requirements and responsibilities
3.5 Please supply details of any health and safety related objectives or targets
3.6 Please supply details of any health and safety related performance measures you use
3.7 Where you are required to work on a clients premises what methods do you initiate to ensure cooperation and communication between parties affected by your activities
4 Environmental: 15 % across 4.1 to 4.8
4.1 Provide full details of your Environmental policy, regulatory compliance, records and management systems, including:
4.2 Provide a copy of your environment policy
4.3 What steps have been taken to understand and assess the potential environmental effects of your operational activities?
4.4 Describe how these potential environmental effects would be addressed and managed, including any procedures for identifying and achieving improvement objectives
4.5 The name and positions of the persons within your organisation who are responsible for implementing and auditing environmental policy
4.6 Whether you currently hold or are you working towards ISO 14000 or similar environmental accreditation
4.7 Any other relevant published or audited details of your Environmental performance
4.8 Details of any environmental infringements during the past 3 years including any convictions
5 Quality: 15 % across 5.1 to 5.8
5.1 Provide full details of your quality assurance policy, records and system, including:
5.2 Top tier Quality Assurance document
5.3 How the systems are administered and audited
5.4 Length of time actively followed
5.5 How the Quality Management System is reviewed and updated? Please demonstrate that a process of continuous improvement operates.
5.6 The name and position of the person responsible for Quality within your organisation
5.7 Examples of project documentation produced in accordance with Quality Management Procedures
5.8 Any established KPI’s and reports which are currently available and carried out for other customers, which would also be relevant to Thames Water
6 Other
6.1 Applicants should provide details of any court judgments and prosecutions within the last 3 years.
6.2 Confirm your capability to accept payment via a range of methods including individual and consolidated invoicing and purchasing cards.
6.3 Confirm your willingness to participate in TWUL’s electronic purchasing system.
7. Supplementary information
Evaluation will not take place against the following questions. However, respondents are requested to answer each point as fully as possible.
7.1 Provide a one page covering letter to include relevant contact address, telephone, fax and e-mail details
7.2 Your organisation: If applicable please provide the address of your registered office, and details of the UK locations you operate from, together with the named person responsible for this application
7.2.1 Please state whether your company is part of a group or is affiliated in any way with other companies
7.2.2 If so, please provide details of the Parent and Group company structure or other company relationships, including contact details for key members of the management team.
7.2.3 Alternatively provide details if you propose to develop a new partnership with another company to deliver this service.

7.3 Please provide brief details on how your organization is working towards meeting the ten universal principles in the areas of human rights, labour, the environment and anti corruption. (www.unglobalcompact.org)

7.4 Please provide brief details on your Corporate Social Responsibility and Sustainable Procurement Policies and how your organisation is working towards implementing these policies.
General.
Thames Water operates an ongoing risk management approach with regard to the economic and financial capacity of its suppliers. Information will be obtained either from the supplier or an externally recognized provider. Information will be gathered upon commencement of the process and over the duration of the contract period.
Respondents should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water.
Thames Water Utilities Limited reserves the right to award no contract(s) as a result of this award procedure. Except for the framework agreement(s), if any, concluded with successful tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Thames Water Utilities Limited and any applicant.
Any agreement resulting from this contract notice may be modified to include further similar requirements at any site under the management of Thames Water Utilities Limited or its associated companies.
This contract notice does not preclude Thames Water Utilities Limited or its associated companies from issuing other contract notices for specific requirements from time to time.
Thames Water Utilities Limited (including its employees and advisors) does not make any representations, warranties or other commitments, whether express or implied, in relation to the accuracy, adequacy or completeness of the information provided to applicants in this Contract Notice or otherwise in connection with this tender, except as may be specifically agreed in any contract concluded at the end of this tender process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Thames Water Utilities Limited 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 (SI 2006 No 6) 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.7.2012