Qualification system – utilities
This notice is a call for competition
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
Trunk Mains Leak Detection – Innovative Technology
Reference number: FA1444
II.1.2) Main CPV code
71631430
II.1.3) Type of contract
Services
II.2) Description
II.2.2) Additional CPV code(s)
71631430
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of Thames Water region.
II.2.4) Description of the procurement
The scope of this procurement is to create an open register to allow Thames Water the opportunity to explore emerging technologies and innovations in the leak detection market. The technologies will need to demonstrate that they are capable of detecting leaks on trunk main networks. Successful suppliers will be placed on an open register and invited to participate in future projects as and when they arise.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.8) Duration of the qualification system
Indefinite duration
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.1.9) Qualification for the system
Conditions to be fulfilled by economic operators in view of their qualification:
As per the application/PQQ.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the project specific ITN.
Section IV: Procedure
IV.1) Description
IV.2) Administrative information
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
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 following link https://www.thameswater.co.uk/procurement
Please note being successful in admittance to the register doesn’t guarantee any work being awarded from Thames Water for this procurement.
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
15/05/2019