Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Secuirty Access Equipment

  • First published: 07 September 2020
  • Last modified: 07 September 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
07 September 2020
Deadline date:
23 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Thames Water requires a supply and install service for louver panels, security doors, window bars and mesh covers. All equipment must have a security rating between SR2-SR5. We are looking to award two or more service providers where we will have mini competition criteria which will apply for each project raised by Thames Water. This criteria will be defined within the terms and conditions.

Full notice text

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

Secuirty Access Equipment

Reference number: FA1530

II.1.2) Main CPV code

35000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Thames Water Utilities Ltd intends to award one or more framework agreements for the provision of security access equipment. This will apply across all Thames Water regions and bidders can apply for one or more lots.

The lots being offered are:

Lot 1: Louver Panels, Security Doors, Window Bars, Mesh Covers

Lot 2: Steel Access Covers

Lot 3: Steel and GRP Kiosks

Lot 4: Padlocks, Cylinders, Fence Chains.

Thames Water reserves the right to make no award as a result of this procurement process, or may award in part or in whole.

Suppliers can apply for one, some or all of the lots described above and may be awarded less Lots than originally applied for.

The initial term of the framework agreement will be 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

II.1.5) Estimated total value

Value excluding VAT: 25 480 000.00  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: 4

II.2) Description

Lot No: 1

II.2.1) Title

Louver Panels, Security Doors, Window Bars, Mesh Covers

II.2.2) Additional CPV code(s)

35000000

44221200

44115310

45421100

44421500

35121000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of TW Area.

II.2.4) Description of the procurement

Thames Water requires a supply and install service for louver panels, security doors, window bars and mesh covers. All equipment must have a security rating between SR2-SR5. We are looking to award two or more service providers where we will have mini competition criteria which will apply for each project raised by Thames Water. This criteria will be defined within the terms and conditions.

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: 5 200 000.00  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:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

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

Steel Access Covers

II.2.2) Additional CPV code(s)

35000000

44423760

35121000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of TW Area.

II.2.4) Description of the procurement

Thames Water requires a supply and installation of access covers, both flush and upstand to comply with specification as a security product, including a variety of customisations as required such as fall proof and walk-on grids. Covers must have a security rating of SR2-SR5.

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: 8 512 000.00  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:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

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

Steel and GRP Kiosks

II.2.2) Additional CPV code(s)

35000000

14622000

35121000

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of TW Area.

II.2.4) Description of the procurement

Thames Water requires a supply and install service for Steel and GRP Kiosks. All equipment must have a security rating between SR2-SR5. We are looking to award two or more service providers where we will have mini competition criteria which will apply for each project raised by Thames Water. This criteria will be defined within the terms and conditions.

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: 10 832 000.00  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:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

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: 4

II.2.1) Title

Padlocks, Cylinders, Fence Chains

II.2.2) Additional CPV code(s)

35000000

44521000

44521100

44521110

44521200

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of TW Area.

II.2.4) Description of the procurement

Thames Water requires a supply and install service for padlocks, cylinders and fence chains. Equipment must comply with the following standards: BS EN 12320, BS EN 1303, BS EN 12209,BS 3621.

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: 936 000.00  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:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

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 the PQQ Documentation.

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 ITN 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

III.2.2) Contract performance conditions

As stated in the invitation to negotiation document.

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 23/09/2020

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: 9 (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 and 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

02/09/2020

Coding

Commodity categories

ID Title Parent category
44423760 Access covers Miscellaneous articles
44421500 Armoured or reinforced doors Armoured or reinforced safes, strongboxes and doors
44521110 Door locks Miscellaneous padlocks and locks
44221200 Doors Windows, doors and related items
45421100 Installation of doors and windows and related components Joinery work
44521100 Locks Miscellaneous padlocks and locks
44521000 Miscellaneous padlocks and locks Locks, keys and hinges
44521200 Padlocks and chains Miscellaneous padlocks and locks
44115310 Roller-type shutters Building fittings
35121000 Security equipment Surveillance and security systems and devices
35000000 Security, fire-fighting, police and defence equipment Defence and security
14622000 Steel Alloys

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.