Awarded
FA1164 Supply and Maintenance of Pumps - Sewage Network (0-7.5kW).
Descriptions
Thames Water is the UK's largest water and wastewater services provider supplying over 14 million customers, operating in the London Thames Valley areas. Thames Water have adopted a new „integrated” approach to sourcing its pumping system requirements including pump supply, repairs and maintenance, which have a combined annual spend in excess of £13m. It is intended to award 10 linked framework agreements to suppliers capable of supplying these products and services.These 10 linked FAs are based upon application requirements as shown below, each comprising of 3 lots covering all the TW geographic regions. If a supplier is interested in multiple Framework Agreement opportunities, then it is requested that they take the overall opportunity into consideration and Thames Waters objective to develop a rationalised supply base of preferred suppliers moving forward. However, please note each framework and lot will be evaluated on its own merit and TWUL reserve the right to make standalone awards.FA 1160 Application Raw Water – Surface (Axial flow or mixed flow pumps to lift from river to reservoir or reservoir to treatment work; usually low head, high flow)FA 1161 Application Raw Water – Ground (Normally borehole pumps, submersible or line shaft based on whole life cost)FA 1162 Application Clean Water - Low Lift (Axial or mixed flow as inter-stage pumps in the water treatment process)FA 1163 Application Clean Water - High Lift (High head, high flow centrifugal to lift from works to service reservoirs or from service reservoirs to distribution/tower blocks. Also from Ring Main to distribution)FA 1164 Application Sewage Network - 0 to 7.5 kW, Pump Supply including Modular Pumping Stations (Usually small submersible wet well sewage. Prebuilt pumping stations to WIS 4-04-01/02)FA 1165 Application Sewage Network - > 7.5kW, Pump Supply including Modular Pumping Stations (Wet well or dry well sewage handling pumps (This framework agreement will include submersible type pumps to a maximum of 100kW. For submersible pumps above this threshold, then Thames Water reserves the right to source outside of the framework agreement). Prebuilt pumping stations to WIS 4-04-01/02)FA 1166 Application Sewage Network - Strategic Pumping Stations (End suction dry well pumps with large throughlet with rag handling capabilities)FA 1167 Application Sewage Process - Dry Solids content below 6 % (Wet well or dry well sewage handling pumps (this framework agreement will include submersible type pumps to a maximum of 100kW. For submersible pumps above this threshold, then thames water reserves the right to source outside of the framework agreement)FA 1168 Application Sewage Process - Dry Solids content above 6 % (Positive displacement pumps)FA 1169 Application Flip Pumps (Package wastewater pumping stations to WIS 4-04-01 or similar)Each Framework Agreement is comprised of 3 lots:* Lot 1 Supply of Pumps: The scope will cover to design, solution selection (based on lowest whole life cost), manufacture, at-works test, provision of drawings, tagging (nameplates), supply, packing, delivery, offloading, on-site testing, installation, commissioning, provision of associated documentation and necessary certification and warranties and operator / maintenance training of selected applications. Thames Water estimated spend on the supply of pump is approx. £7m a year but note that spend can be higher or lower subject to the AMP spend profile.* Lot 2 Supply of Spares: The scope will cover the provision of spare parts of selected pumps including the inventory management and stock holding of strategic spare parts. Thames Water estimated spend on the supply of spare parts is approx. £3.5m a year.* Lot 3 Repair & Maintenance Services: The scope will cover planned and reactive maintenance of TWUL pumping systems for instance, but not limited, root-cause failure investigation, repair, overhaul and servicing services to cover a wide range of pumps, motors and gearboxes of varying sizes and makes used in the water and sewage industry. Repair may include all necessary pump ancillaries, guide rails, lifting chains, valves, protection devices, etc. Services required may include efficiency testing, removal of plant from site, delivery, offloading, installation and commissioning. Work will cover both on- and off-site work. Thames Water estimated annual spend on external labour for pump repair and maintenance services is approx. £2.5m a year.These new Framework Agreements would supersede the existing agreements. Thames Water reserves the right to combine lots or Framework Agreements into single contracts depending on the responses received to the OJEU notice. Thames Water also reserves the right to make no award as a result of this procurement process, or may award in part or in whole. Preference will be given to applicants who can provide products/services for multiple Lots and Frameworks.Any agreement awarded would be for an initial duration of 3 years with options to extend biannually up to a maximum length of 7 years. This would be subject to satisfactory reviews on price and supplier performance.Successful suppliers will be invited to conduct pilot trials during the duration of the agreement (up to 12 months each) to test the feasibility of operational and commercial models, to improve pump performance and availability and to support the collation of asset data. During these trials, the suppliers will also be assessed on their performance and if the supplier does not perform satisfactorily then Thames Water will stop the trial early and may not involve the supplier in future trials. Upon completion of the trials Thames Water will review the results and may adjust its pump strategy, this may be within the scope of this award or be subject to a separate sourcing exercise.TWUL aim to develop successful partnerships based on the principle of innovation, collaboration and sustainability, with the aims of (1) delivering the very best in health and safety performance, (2) delighting our customers and (3) delivering exceptional value for money based on a Totex approach (a collaborative investment decision based on both the total operational and capital expenditure throughout the assets life). To drive continuous improvement, the measurement & reporting of key performance indicators (KPI) via monthly reports, participation in quarterly Supplier Relationship Management (SRM) review meetings, participation in technical forums and pilots will be required.
Timeline
Published Date :
Deadline :
Tender Awarded :
Awarded date :
Contract Start :
Contract End :
Tender Regions
CPV Codes
50511000 - Repair and maintenance services of pumps
42122130 - Water pumps
42122000 - Pumps
42122220 - Sewage pumps
Keywords
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors