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