Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
General Maintenance and Engineering Services.
Reference number: FA1357
II.1.2)Main CPV code
50000000
II.1.3)Type of contract
Services
II.1.4)Short description:
General maintenance and engineering services (GMES) is key to delivering business continuity, seamless operational management and to the mitigation of operational risks. This procurement covers a broad and diverse range of reactive maintenance services for a wide range of assets across our estate.
The agreement will be split into 8 lots:
Lot 1: Mechanical (conveyors, gearboxes, drive shafts, valves, fabrication and workshop: tanks, pipework, access equipment).
Lot 2: Electrical (starters, control systems).
Lot 3: Compressors and Blowers.
Lot 4: Variable Speed Drives (VSDs).
Lot 5: Screens.
Lot 6: Trunk Sewers.
Lot 7: Lagging & Insulation.
Lot 8: Generators.
Examples shown above are only indications of some of the activities which may fall within these service areas.
II.1.5)Estimated total value
Value excluding VAT: 240 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
II.2)Description
II.2.1)Title:
Mechanical (conveyors, gearboxes, drive shafts, valves, fabrication and workshop: tanks, pipework, access equipment.
Lot No: 1
II.2.2)Additional CPV code(s)
71333000
50530000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
North London, South London, Thames Valley.
II.2.4)Description of the procurement:
— Fabrication and workshop services: manufacture of bespoke pieces of equipment (including health & safety works) and repair/modification of pieces of equipment on site.
— Repair and maintenance services for tanks ancillary equipment: repair and maintenance services of the ancillary equipment around all types of tanks (e.g. primary, digester, settlement tanks) such as fabricated bridges, scrapers, wheels, rail, gearboxes, etc.,
— Pipework maintenance: repair and modification of pipework connecting to above ground assets,
— Access equipment repair and maintenance: maintenance, repair and modification of access platforms, access walkways, handrails, steps, ladders, covers.
Reactive maintenance services for the Lot 1 assets including conveyors, gearboxes, drive shafts, valves, generators, fabrication and workshop: tanks, pipework, access equipment.
Lot 1 (a): North London region.
Lot 1 (b): South London region.
Lot 1 (c): Thames Valley region.
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: 120 000 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Electrical (starters, control systems)
Lot No: 2
II.2.2)Additional CPV code(s)
50532000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
North London, South London, Thames Valley.
II.2.4)Description of the procurement:
Supply of parts and services for the maintenance of starters and control systems. Reactive maintenance for our Lot 2 assets.
Lot 2 (a): North London region.
Lot 2 (b): South London region.
Lot 2 (c): Thames Valley region.
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: 67 000 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)
50531300
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
Supply of parts and maintenance for the maintenance of compressors and blowers.
Covers reactive maintenance services on compressors and blowers across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.
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: 16 000 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Variable Speed Drives (VSDs)
Lot No: 4
II.2.2)Additional CPV code(s)
50532000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
Supply of parts and services for the maintenance of VSDs.
Covers reactive maintenance services on VSDs across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.
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: 8 000 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)
42996500
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
Supply of parts and services for the maintenance of screens and screen handling equipment.
Covers reactive maintenance services on Screens across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.
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: 16 000 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)
44130000
44161200
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
Supply of parts and services for the maintenance of trunk sewers. This will include Combined Sewer Outfalls.
Covers reactive maintenance services on Trunk Sewers (including Combined Sewer Outfalls) across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.
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: 8 000 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)
50000000
45321000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
Supply and installation of lagging and insulation on pipework and valves mainly. But also engines and boilers.
Covers reactive maintenance services of lagging and insulation equipment across the entire Thames region. This may involve repair and/or replacement of material. A supplier will be required to be able to cover all parts of the region, often in short timescales.
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: 4 000 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)
50532300
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
Supply of parts and services for the maintenance of generators.
Covers reactive maintenance of generators across the entire Thames region. This may involve repair and/or replacement of material. A supplier will be required to be able to cover all parts of the region, often in short timescales.
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: 2 500 000.00 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:
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
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 3 years, with options to extend up to a maximum overall term of 8 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 Documentation.
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
List and brief description of rules and criteria:
As detailed in the PQQ Documentation.
III.1.5)Information about reserved contracts
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 Invitation to Negotiate.
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.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
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.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/10/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders