Tender

Traffic Management

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-004382

Procurement identifier (OCID): ocds-h6vhtk-0317ba

Published 16 February 2022, 12:13pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

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

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Traffic Management

Reference number

FA1719

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

Thames Water Utilities Ltd (TWUL) is intending to award a framework agreement for traffic management which will be split into lots for the supply of Traffic Management in North London, Supply of Traffic Management in South London, Supply of Traffic Management in Thames Valley and the supply of Traffic Management in all regions as a package.

Services comprise of but not limited to supply of traffic lights and associated equipment, CAD drawings and Enabling Services.

two.1.5) Estimated total value

Value excluding VAT: £96,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply of Traffic Management - North London

Lot No

1

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

North London Region.

two.2.4) Description of the procurement

Supply of Traffic Management in the North London region of Thames Water's operational area. Supply of traffic lights and associated equipment for a range of requirements, including but not limited too Road Closures, ContraFlow or any other job whereby traffic lights or the management of traffic is required.

Quantity of jobs in this area are estimated to be approximately 4,100+ a year with the highest proportion estimated to be in the road closure space.

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: £35,500,000

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to the maximum duration of 8 years.

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

Envisaged number of candidates: 4

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 for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2.14) Additional information

We reserve the right to not award this lot.

two.2) Description

two.2.1) Title

Supply of Traffic Management - South London

Lot No

2

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

South London Region.

two.2.4) Description of the procurement

Supply of Traffic Management in the South London region of Thames Water's operational area. Supply of traffic lights and associated equipment for a range of requirements, including but not limited too Road Closures, ContraFlow or any other job whereby traffic lights or the management of traffic is required.

Quantity of jobs in this area are estimated to be approximately 3,900+ a year with a fairly even distribution of jobs across the road closure, 2 way lights, and multi way signals space.

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: £35,500,000

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to the maximum duration of 8 years.

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

Envisaged number of candidates: 4

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 for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2.14) Additional information

We reserve the right to not award this lot.

two.2) Description

two.2.1) Title

Supply of Traffic Management - Thames Valley

Lot No

3

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services

two.2.3) Place of performance

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

Thames Valley Region.

two.2.4) Description of the procurement

Supply of Traffic Management in the Thames Valley region of Thames Water's operational area. Supply of traffic lights and associated equipment for a range of requirements, including but not limited too Road Closures, ContraFlow or any other job whereby traffic lights or the management of traffic is required.

Quantity of jobs in this area are estimated to be approximately 3,200+ a year with the majority of jobs estimated to be 2 way lights.

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: £25,000,000

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to the maximum duration of 8 years.

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

Envisaged number of candidates: 4

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 for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2.14) Additional information

We reserve the right to not award this lot.

two.2) Description

two.2.1) Title

Supply of Traffic Management - All Regions (NL, SL & TV)

Lot No

4

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services

two.2.3) Place of performance

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

All regions of Thames Water's operational area.

two.2.4) Description of the procurement

Supply of Traffic Management in all regions of Thames Water's operational area. Supply of traffic lights and associated equipment for a range of requirements, including but not limited too Road Closures, ContraFlow or any other job whereby traffic lights or the management of traffic is required.

Quantity of jobs are estimated to be approximately 11,900+ a year across road closures, 2 way lights, multi way signals etc.

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: £96,000,000

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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to the maximum duration of 8 years.

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

Envisaged number of candidates: 10

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 for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

two.2.14) Additional information

We reserve the right to not award this lot.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Specified in Invitation to Negotiate Document.

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 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: 3

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

3 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: 9 (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 and 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 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 Limited

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 (SI 2016 No 274) 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).