web-banner-marketing2

Market Leads & Opportunities

UNITED KINGDOM-Reading: Scaffolding Services

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-005584/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: THAMES WATER UTILITIES LIMITED
Postal address: RG1 8DB
Town: Reading
Postal code: RG18DB
Country: United Kingdom
Contact Person: Thames Water
Email: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk/procurement

I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.thameswater.co.uk/procurement
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
to the above mentioned address
I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Scaffolding Services
Reference number: FA1591
II.1.2) Main CPV code: 44212310
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
We require scaffolding services across the whole Thames Water region to provide safe access to assets so that TWUL and/or our contractors can carry out repair and maintenance activities.
We will have award to multiple suppliers where, if spend is under £4K or it is an emergency requirement (due to reactive nature of the work), one supplier will be appointed by direct award geographically (South London, North London and Thames Valley).
Any works deemed to be close to or exceed £4K will trigger a mini competition amongst all 3 suppliers.
We will award one supplier per area for sub-£4K works. Please note that regardless of what area you are successful in, you are required to bid and undertake work over £4K in any region.

II.1.5) Estimated total value
Value excluding VAT: 14800000 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots:no
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 45262100
Main CPV code: 45262110
Main CPV code: 45262120

II.2.3) Place of performance
Nuts code: Main site or place of performance:
Whole of Thames Water Region.

II.2.4) Description of the procurement:
Scaffolding is essential to our business and we are keen to work with capable, responsive and safe suppliers in order to ensure that we can continue to offer life’s essential service.
All suppliers appointed to this framework will need to be willing and capable of delivering scaffolding services across the TW region if the value of the work is more than £4K in any area (South London, North London and Thames Valley).
We and our partners use scaffolding extensively across the Thames Water region on all types of buildings and assets, including Combined Heat Powered engines, pumps, inlet screens, digester tanks, storm tanks, generators, towers, pipe work and assets in the SPG (Sludge Powered Generators) such as incinerator internal structure, caustic lifting beams etc.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 14800000 Currency: 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 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:8
II.2.10) Information about variants
Variants will be accepted:no
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 options to extend up to a maximum duration of 8 years.

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.1.2) 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 section VI.3 & PPQ.

III.1.6) Deposits and guarantees required:
Bonds and/or Parent Company Guarantees pf 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 Invitation to Negotiate 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.

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:3
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.2.2) Time limit for receipt of tenders or requests to participate
Date:2021-04-19 Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN

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:All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).
From your response to the link in Section I.3 or above, Thames Water’s Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource. If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note – The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom

VI.5) Date of dispatch of this notice:
2021-03-19