Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Reference number: FA1355
II.1.2)Main CPV code
71314100
II.1.3)Type of contract
Services
II.1.4)Short description:
Lot 1: Electrical installation (LV) inspection & testing, includes corrective maintenance. Includes electrical installation condition report inspections to BS7671 (requirements for electrical installations) & corrective maintenance when required. LV distribution boards & associated/connected assets covered, PAT is excluded. This lot is split into 5 regions: Central North, East, North, Thames Valley & Central South;
Lot 2: Inspection & testing of FLIP devices, including domestic premises.Includes electrical installation condition report inspections to BS7671(requirements for electrical installations) & corrective maintenance as required. Arranging appointments with domestic customers/householders to gain access to, inspect and maintain FLIP devices;
Lot 3: Inspection and testing of lightning protection systems and earth mats. Includes all routine inspections & periodic tests with BSEN 62305 : 2011 (protection against lightning) and BS 7430 : 1998 code of practice for Earthing.
II.1.5)Estimated total value
Value excluding VAT: 14 700 000.00 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
II.2.1)Title:
Fixed Electrical Testing and Inspection
Lot No: 1
II.2.2)Additional CPV code(s)
45311000
71630000
II.2.3)Place of performance
NUTS code: UKJ
NUTS code: UKI
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
FA1355/1 Electrical installation (LV) inspection and testing, including corrective maintenance. The scope includes electrical installation condition report inspections to BS7671(requirements for electrical installations) as well as corrective maintenance when required. LV distribution boards and associated/connected assets will be covered, portable appliance testing is excluded.
Our service requirements will extend beyond typical statutory inspection and testing and will include the need for our service provider(s) to deliver detailed reporting on the condition of our electrical installations so that we can plan and prioritise replacements and upgrades.
This lot is split into 5 regions: Central North, East, North, Thames Valley and Central South.
A list of post codes within each of the regions will be provided as an indicative reference only. The sites listed within each region maybe subject to review and realignment during the term of the agreement.
A Thames Water scheduled programme of periodic inspection work will be undertaken. This will cover up to 5,000 sites ranging from small water and waste water pumping stations up to and including major treatment works.
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: 12 500 000.00 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:
Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
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 agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration 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:
Inspection and testing of FLIP Devices
Lot No: 2
II.2.2)Additional CPV code(s)
45311000
71630000
II.2.3)Place of performance
NUTS code: UKJ
NUTS code: UKI
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
FA1355/2 Inspection and testing of anti-flood (FLIP) devices on Thames Water sites and in domestic premises. Scope includes electrical installation condition report inspections to BS7671 (requirements for electrical installations) as well as corrective maintenance when required. Where required, the service provider(s) will be responsible for arranging appointments with domestic customers and dealing with householders in order to gain access to, inspect and maintain anti-flood (FLIP) devices. A Thames Water scheduled programme of periodic inspection work will be undertaken. Up to 5,000 sites may be covered (including domestic properties).
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: 1 000 000.00 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:
Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years.
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:
Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration 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:
Inspection and Testing of Lightning Protection Systems and Earth Mats
Lot No: 3
II.2.2)Additional CPV code(s)
31216100
II.2.3)Place of performance
NUTS code: UKJ
NUTS code: UKI
Main site or place of performance:
Whole of Thames Water Region.
II.2.4)Description of the procurement:
FA1355/3 Inspection and testing of lightning protection systems and earth mats.
Scope includes all routine inspections and periodic tests with BSEN 62305 : 2011 (protection against lightning) and BS 7430 : 1998 code of practice for Earthing.
A Thames Water scheduled programme of annual inspection works will be undertaken. Circa 150 Thames Water sites have LP systems, some with multiple systems, from single vertical conductors to more complex air termination networks.
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: 1 200 000.00 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 agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years.
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:
Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration 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:
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: 5
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: 08/03/2018
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
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:
VI.4)Procedures for review
VI.4.1)Review body
Thames Water Utilities Limited
Reading
United Kingdom
VI.4.2)Body responsible for mediation procedures
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 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
VI.5)Date of dispatch of this notice:
15/02/2018