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:
http://thameswater.smartsourceportal.com
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
Boundary Products
Reference number: FA2179
II.1.2) Main CPV code
34928220
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 have a challenging boundary products programme over the AMP8 period and we want to ensure that we have suppliers in place to support the success of our programme, working with us to design optimum whole life solutions and maintaining our existing estate so that we remain secure for AMP8 and beyond.
Boundary Products consist of fencing, automatic and manual gates, bollards, fencing/gate toppings, security barriers and hostile vehicle mitigation. We are looking for installing suppliers who can install the complete range.
We have split this agreement into the following lots:
Lot 1 - Supply, install and maintain new boundary products
Lot 2 - Maintenance of boundary products - London
Lot 3 - Maintenance of boundary products - Thames Valley and Home Counties
Note that due to the sensitive nature of this agreement, all bidders will need to complete a Non Disclosure Agreement before being granted access to the pre-qualification questionnaire and tender documents.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
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, install and maintain New Boundary Products
II.2.2) Additional CPV code(s)
34928220
34928310
44231000
44312000
44313100
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 Boundary products, which includes Security Fences and Gates, Fence and Gate Toppings, Security Barriers, Bollards & Hostile Vehicle Mitigation measures. The types of suppliers we require for these products are installers who design, supply, install and provide planned and reactive maintenance.
We are looking for a number of installers under this lot where work will be awarded through mini competitions.
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:
42 000 000.00
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 Boundary Products - Legacy for London
II.2.2) Additional CPV code(s)
34928220
34928310
44231000
44312000
44313100
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 existing Boundary products within London, which includes Security Fences and Gates, Fence and Gate Toppings, Security Barriers, Bollards & Hostile Vehicle Mitigation measures. Maintenance will include both planned and reactive. We plan to annually award planned maintenance programmes through mini competition.
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:
9 000 000.00
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
Maintain Boundary Products - Legacy for TV & HCs
II.2.2) Additional CPV code(s)
34928220
34928310
44231000
44312000
44313100
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 Boundary products within Thames Valley and Home Counties areas, which includes Security Fences and Gates, Fence and Gate Toppings, Security Barriers/Bollards & Hostile Vehicle Mitigation measures. Maintenance will include both planned and reactive. We plan to annually award planned maintenance programmes through mini competition.
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:
9 000 000.00
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/08/2024
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