web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Reading: The Supply of Health and Safety Equipment

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 120-293655/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: Thames Water Utilities Ltd
Postal address: Procurement Support Centre — 3rd Floor East, c/o Mail Room, Rose Kiln Court
Town: Reading
Postal code: RG2 0BY
Country: United Kingdom
Email: procurement.support.centre@thameswater.co.uk
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:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
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: The Supply of Health and Safety Equipment
Reference number: FA1468
II.1.2) Main CPV code: 35113000
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
Thames Water has requirements for health and safety equipment. This includes portable gas detectors in lot 1 breathing apparatus in lot 2 and fixed gas detection and its maintenance in lot 3. These goods and services will be used on our operational water and wastewater sites.

II.1.5) Estimated total value
Value excluding VAT: 5240000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
II.2) Description
II.2.1) Title: Portable Gas Detectors

Lot No:1a
II.2.2)Additional CPV code(s)
Main CPV code: 33195100
Main CPV code: 38420000
Main CPV code: 24111000
Main CPV code: 38341500
Main CPV code: 90731500
Main CPV code: 90731600
Main CPV code: 90731700
Main CPV code: 90743100
Main CPV code: 50413100

II.2.3) Place of performance
Nuts code: UKJ, UKI Main site or place of performance:Whole Thames Water region.
II.2.4) Description of the procurement:
The scope for lot 1A will cover the purchase and supply of PGD Units (Triple gas — which monitor low oxygen, methane, and hydrogen sulphide, single gas — personal monitors — which monitor hydrogen Sulphide) and spare parts, product selection, manufacture, at-works test, provision of drawings, supply, packing, delivery (could be to anywhere in the Thames Water region), on-site testing, commissioning, provision of associated documentation and necessary certification and warranties and operator/maintenance training of all applications.
In addition R&M services will cover the planned and reactive maintenance of Thames Water PGD Units for instance, but not limited to, sensor calibration, repair, overhaul and servicing services. Repair may include all necessary PGD Unit ancillaries, sensors, batteries, battery re-chargers, etc. Services required may include efficiency testing, removal and disposal of PGD Units and spares from site, delivery and commissioning. This lot will be awarded to a sole supplier.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 1200000.00 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: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:no
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 annually up to a maximum overall term 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
II.2.1) Title: Lone Worker Device with Portable Gas Detector Ability

Lot No:1a
II.2.2)Additional CPV code(s)
Main CPV code: 33195100
Main CPV code: 38420000
Main CPV code: 24111000
Main CPV code: 38341500
Main CPV code: 90731500
Main CPV code: 90731600
Main CPV code: 90731700
Main CPV code: 90743100
Main CPV code: 50413100
Main CPV code: 35110000

II.2.3) Place of performance
Nuts code: UKJ, UKI Main site or place of performance:Whole Thames Water region.
II.2.4) Description of the procurement:
The scope for lot 1B will cover the purchase and supply of lone worker devices with PGD ability. The unit will have the capability to alarm when the user has stopped moving for a set amount of time and will report back to monitoring personnel and will also sound an audible alarm. The device will also have fall detection, and be able to send audible and non-audible SOS alerts. The gas monitoring side of the device will cover the following (Triple gas — which monitor low oxygen, methane, and hydrogen sulphide, single gas — personal monitors — which monitor hydrogen sulphide).
Also covered under this lot is spare parts, product selection, manufacture, at-works test, provision of drawings, supply, packing, delivery (delivery could be to anywhere within the Thames Water region), on-site testing, commissioning, provision of associated documentation and necessary certification and warranties and operator/maintenance training of all applications.
In addition R&M services will cover the planned and reactive maintenance of Thames Water PGD/lone working devices for instance, but not limited to, sensor calibration, repair, overhaul and servicing services. Repair may include all necessary unit ancillaries, sensors, batteries, battery re-chargers, etc. Services required may include efficiency testing, removal and disposal of PGD Units and spares from site, delivery and commissioning.
This lot will be awarded to a sole supplier, and a trial of a selection of units across multiple sites may be required before award stage.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 1200000.00 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: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:no
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 annually up to a maximum overall term 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
II.2.1) Title: Breathing Apparatus

Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 33172200
Main CPV code: 35110000

II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water region.
II.2.4) Description of the procurement:
The scope of work for lot 2 includes the supply, delivery (delivery could be to anywhere within the Thames Water region) and maintenance of breathing apparatus equipment. This includes but is not limited to working/rescue breathing apparatus, escape breathing apparatus (both oxygen rebreather and compressed air), and umbilical line sets.
The equipment will be used in the water and waste industry and must be fully compliant with relevant British and international standards.
This lot will be awarded to a sole supplier.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 640000.00 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: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:no
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 annually up to a maximum overall term 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
II.2.1) Title: Supply of Fixed Gas Detection and Associated Spares

Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 33195100
Main CPV code: 38420000
Main CPV code: 24111000
Main CPV code: 38341500
Main CPV code: 90731500
Main CPV code: 90731600
Main CPV code: 90731700
Main CPV code: 90743100
Main CPV code: 50413100

II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole Thames Water region.
II.2.4) Description of the procurement:
The scope for lot 3 will cover the purchase and supply of fixed gas detectors (Chlorine, Hydrogen Sulphide, Ammonia, Methane, Carbon Monoxide, Carbon Dioxide, Hydrogen Sulphide, low Oxygen and Ozone) spare parts, product selection, manufacture, provision of drawings, supply, packing, delivery (delivery could be to anywhere within the Thames Water region), provision of associated documentation and necessary certification and warranties and operator/maintenance training of all applications.
This lot will be awarded to a sole supplier.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 2200000.00 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: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:no
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 annually up to a maximum overall term 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.1.1) 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
List and brief description of rules and criteria:As detailed in section VI.3 and the PQQ.

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.

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:4
IV.1.4) Information about the 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 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:2020-07-10 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:Between 5 — 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.
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
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom

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
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2020-06-19