Tender

Scaffolding Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-005584

Procurement identifier (OCID): ocds-h6vhtk-029d41

Published 19 March 2021, 8:47am



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

RG1 8DB

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.thameswater.co.uk/procurement

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

Scaffolding Services

Reference number

FA1591

two.1.2) Main CPV code

  • 44212310 - Scaffolding

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £14,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work

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

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.

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: £14,800,000

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 a maximum duration of 8 years.

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

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.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.


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 & PPQ.

three.1.6) Deposits and guarantees required

Bonds and/or Parent Company Guarantees pf 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.1.8) 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

19 April 2021

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

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 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.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Ltd

Reading

Country

United Kingdom