Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
THAMES WATER UTILITIES LIMITED
02366661
Reading
RG18DB
UK
Contact person: Thames Water
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: https://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/about-us/our-suppliers/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://thameswater.smartsourceportal.com
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Electronic Security Systems (ESS)
Reference number: FA2180
II.1.2) Main CPV code
35125000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Our site safety and security is vital and enables us to deliver life's essential service to our customers, and maintaining our estate successfully is crucial to keeping our frontline operation working.
We believe there is an opportunity to improve the efficiency of our supply network and maximise the benefit to our operations, by exploring new innovations and ways of working across our site infrastructure.
We are keen to work with suppliers who can meet our different Electric Security System (ESS) needs (which includes provision, installation and maintenance of CCTV, Access Control, IDS, PIDS), to ensure we implement the most efficient and beneficial solution.
Thames Water intends to award a number of Framework Agreements for ESS Products, installation and maintenance, covering both standalone systems and those that communicate with our centralised alarm monitoring centre to optimise security and value for money.
The agreements will be awarded under the following lot structure:
Lot 1 - Supply and install of new Enterprise ESS products
Lot 2 - Maintain existing Enterprise ESS products on the TW estate
Lot 3 - Supply, install and maintain new and existing Standalone ESS products on the TW estate
Please note that, due to the sensitive nature of the PQQ and ITN content, a Non Disclosure Agreement will need to be signed before access can be granted to our eProcurement system.
II.1.5) Estimated total value
Value excluding VAT:
30 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2) Description
Lot No: 1
II.2.1) Title
Supply and Install Enterprise ESS Products
II.2.2) Additional CPV code(s)
32235000
32323500
32441100
35120000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of the Thames Water Region
II.2.4) Description of the procurement
Supply, install and maintain ESS Products, which includes CCTV, Access Control, PIDs as well as various other preventative and surveillance systems. The types of services we require for these products are installers who design, supply, install and provide Planned and Reactive maintenance and Repairs that are connected to our Alarm Monitoring Centre (AMC).
We are looking to award to a number of suppliers to cover requirements across the AMP8 period where work will be awarded mainly through mini competitions with other agreement suppliers.
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:
22 000 000.00
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:
Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)
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
Maintain Enterprise ESS Products
II.2.2) Additional CPV code(s)
32235000
32323500
32441100
35120000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of the Thames Water Region
II.2.4) Description of the procurement
Maintain ESS products that are connected to our Alarm Monitoring Centre (AMC), Planned and Reactive maintenance and Repairs. We are looking to award to 2 suppliers and award annual contracts under the framework agreement to cover all planned and low value reactive works by region to each supplier with major reactive works to be competed between both.
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:
6 000 000.00
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:
Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)
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: 3
II.2.1) Title
Install and Maintain Standalone ESS Products
II.2.2) Additional CPV code(s)
32235000
32323500
32441100
35120000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of the Thames Water Region
II.2.4) Description of the procurement
Maintain ESS products that are NOT connected to our Alarm Monitoring Centre (AMC), Planned and Reactive maintenance and Repairs.
We are expecting to award to 5-6 suppliers with planned and minor reactive maintenance to be awarded on an annual basis between suppliers with install projects and major reactive works to be mini competed between all suppliers.
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:
2 000 000.00
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:
Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)
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.1.2) 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 & 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 Invitation to Negotiate Document
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: 10
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:
28/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).
From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA
Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.
If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Limited
Reading
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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 2016 (SI 2016 No 274) 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.5) Date of dispatch of this notice
07/08/2024