Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Thames Water Utilities Ltd
Procurement Support Centre - 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
UK
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: www.thameswater.co.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.thameswater.co.uk/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.thameswater.co.uk/procurement
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply, Repair, Maintain and Upgrade FLIPs
Reference number: FA1480
II.1.2) Main CPV code
45259100
II.1.3) Type of contract
Works
II.1.4) Short description
Supply, repair, maintain and upgrade Flooding Local Improvement Process (FLIP) systems, in the operational waste network within Thames Water. System is made up of housing, submersible pump, control head, motor,cables, circuit board. New and spares of equipment is required. Skills, plant and consumables are required to R&M and upgrade works. Electrical, mechanical and civil skills could be required.
II.1.5) Estimated total value
Value excluding VAT:
7 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Supply of the Equipment Required for the Flooding Local Improvement Process (FLIP) Systems
II.2.2) Additional CPV code(s)
42122220
31681200
42120000
42122000
42124000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of TW Region.
II.2.4) Description of the procurement
Supply of the equipment required for the Flooding Local Improvement Process (FLIP) systems. Equipment is made up of housing, submersible pump, control head, motor, cables, circuit board. New and spares of equipment is required. Support of legacy equipment spares is required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 296 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Repair, Maintain and Upgrade Flooding Local Improvement Process (FLIP) Systems
II.2.2) Additional CPV code(s)
45259100
45232431
45246400
50511000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of TW Region.
II.2.4) Description of the procurement
Repair, maintain and upgrade Flooding Local Improvement Process (FLIP) systems, in the operational waste network within Thames Water. Skills, plant and consumables are required to R&M and upgrade works. Electrical, mechanical and civil skills required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 904 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Total contract term will be 8 years with initial term is 3 years with an option to extend. (3 + 2 + 2 + 1=8).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the PQQ.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As detailed in section VI.3) and PQQ.
III.1.6) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the invitation to negotiate.
III.1.8) 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 award.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 2
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/09/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Between 3-8 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement
Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Ltd
Reading
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Thames Water Utilities Ltd 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 2016 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.4.4) Service from which information about the review procedure may be obtained
Thames Water Utilities Ltd
Reading
UK
VI.5) Date of dispatch of this notice
11/08/2020