Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
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).