Tender

MEICA Plant Testing Commissioning and Take-over Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-003585

Procurement identifier (OCID): ocds-h6vhtk-03149c

Published 8 February 2022, 2:32pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.thameswater.co.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.thameswater.co.uk/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.thameswater.co.uk/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MEICA Plant Testing Commissioning and Take-over Services

Reference number

FA1693

two.1.2) Main CPV code

  • 71334000 - Mechanical and electrical engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

MEICA Plant Testing & Commissioning and Take over Servicers and quality assurance specific to Mechanical Electrical ICA (MEICA) disciplines in Water Utility Projects.

General project and MEICA Plant testing and commissioning management in Water Utility Projects.

Design review of MEICA project documentation to mitigate installation and commissioning risks.

Technical support in MEICA projects during installation commissioning and take over testing.

Supporting clients in interface risk management in project upgrades in MEICA projects.

General off - site and on-Site contracts management of MEICA Plant projects as client's project manager's representative (PMR) including Health and Safety Management.

Support Developer Services, and Innovation Research and Development Teams. Also, on some occasions DMC (directly managed capital maintenance teams) and Capital Delivery teams may use this agreement.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water Region

two.2.4) Description of the procurement

MEICA Plant Testing & Commissioning and Take over Servicers and quality assurance specific to Mechanical Electrical ICA (MEICA) disciplines in Water Utility Projects.

General project and MEICA Plant testing and commissioning management in Water Utility Projects.

Design review of MEICA project documentation to mitigate installation and commissioning risks.

Technical support in MEICA projects during installation commissioning and take over testing.

Supporting clients in interface risk management in project upgrades in MEICA projects.

General off - site and on-Site contracts management of MEICA Plant projects as client's project manager's representative (PMR) including Health and Safety Management.

Support Developer Services, and Innovation Research and Development Teams. Also, on some occasions DMC (directly managed capital maintenance teams) and Capital Delivery teams may use this agreement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.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

Initially for a period of three years and subjected to satisfactory performance may be extended annually up to a maximum of 8 years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be an initial period of 3 years , with the option to extend annually, and subjected to satisfactory performance may up to maximum of 8 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in section VI.3 and PQQ.

three.1.6) Deposits and guarantees required

Bonds and/or parent company guarantees of performance and financial standing may be required.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As detailed in the ITN.

three.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 any award.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.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

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between 3 & 8 years.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

All suppliers who wish to respond to this OJEU 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.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities

Reading

Country

United Kingdom

six.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).