Procurement Summary
Country: United Kingdom
Summary: Contract notice: Sewage-treatment plant construction work
Deadline: 11 Mar 2019
Posting Date: 12 Feb 2019
Other Information
Notice Type: Tender
TOT Ref.No.: 30600757
Document Ref. No.: 068241-2019
Financier: Self Financed
Purchaser Ownership: -
Tender Value: Refer Document
Purchaser's Detail
Name: Login to see tender_details
Address: Login to see tender_details
Email: Login to see tender_details
Login to see detailsTender Details
Object of the contract
Sewage-treatment plant construction work
Description: Contract notice: Sewage-treatment plant construction work
Authority Type: Utilities entity
Contact Nature: Works
Procedure: Negotiated procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 45252100, 45252000, 71320000, 39350000, 45252100, 45252000, 71320000, 39350000
CPV Description: Sewage-treatment plant construction work.
Construction works for sewage treatment plants, purification plants and refuse incineration plants.
Engineering design services.
Sewerage works equipment.
Beckton STW AMP7 Upgrade
Reference Number : CP0005 (H786(B))
Design, construct and commission an upgrade to the current Beckton Sewage Treatment Works (STW) with the scope summarised as follows:
Main Site : Beckton, Essex.
Beckton Sewage Treatment Works (STW) is Thames Water's and the UK's largest STW. It is located in the London Borough of Newham, east of London on the north bank of the River Thames. The design flow to full treatment capacity is 27, 04 m/s with flow received from the catchment being up to 33 m/s. The works which are the subject matter of this contract opportunity are to provide for growth, resilience and consent compliance to a design horizon of 2036 with the population equivalent (PE) projected to be 4 540 000 and the contract will also include related design and engineering services and associated equipment. During operation of the Tideway pumping station from October 2022, up to 12 m/s will be discharged but the rate will need to be controlled to ensure that flow received at the Inlet Works does not exceed 27 m/s.
The scope of this project comprises the following core activities:
— upgrade and extension to the Inlet Works to cater for pro-longed periods of operation of the Tideway pumping station,
— provision of medium screens and screenings handling plant at the Existing Inlet Works,
— replacement and upgrade of Inlet Works diesel powered generator,
— extension to ASP4 secondary treatment process capacity to provide resilience against growth, the operation of the Tideway pumping station and high ammonia load peaks during storm loading conditions,
— provision of ASP4 additional blower capacity including a new Blower House building to provide resilience against high ammonia load peaks during storm loading conditions,
— replacement of ASP3 air-lift conveyance mechanism for discharging final effluent into the River Thames with low-lift pumping stations,
— provision of pumping station's diesel powered generators,
— provision of ASP3 additional blower capacity including new Blower House buildings or containerised solutions to provide resilience against high ammonia load peaks during storm loading conditions,
— additional sludge buffering and balancing tanks, and raw sludge thickening capacity to provide resilience against Sludge Stream bottle-necks restricting Final Effluent Stream operation,
— extension to the cake barn,
— capital maintenance works for replacement and upgrade of HV/LV (11 kv/6 kv) transformers and HV/LV (11 kv/420 kv) switchboards,
— modifications to the power management system, SCADA (supervisory control and data acquisition) and the tiled mimic panel.
As detailed in the procurement documents.
Anticipated duration of the project is 46 months.
Sections of the project will be required to be delivered at specific milestones within the 46 months.
The figure stated in Section II.1.5) and Section II.2.6) is the current estimated maximum value of the contract. Thames Water considers that the value of this project is estimated to be in the range of 60 000 000 GBP — 80 000 000 GBP.
Organisations wishing to express an interest in this contract opportunity must complete and submit a pre-qualification questionnaire (PQQ) response by the date specified in Section IV.2.2). A pack of procurement documents (including the PQQ instructions and questionnaire) is available by using the link in Section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement
Thames Water reserves the right to change any aspect of or terminate this procurement and/or consider alternative procurement options. Under no circumstances shall Thames Water incur any liability (costs or otherwise) arising from an organisation expressing an interest in, preparing responses to and/or participating in this procurement.
Internet address (URL): www.thameswater.co.uk
Documents
Tender Notice