Opportunity

Condition Based Maintenance

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-006606

Published 31 March 2021, 10:11am



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

RG1 8DB

Reading

RG1 8DB

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

Buyer's address

www.thameswater.co.uk/procurement

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

Condition Based Maintenance

Reference number

FA1610

two.1.2) Main CPV code

  • 50324200 - Preventive maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Thames Water wishes to award one or more framework agreements to supplier(s) capable of providing condition monitoring devices and systems.

The agreement will be covered by the following lots;

Lot 1: Supply of vibration Analysis devices and systems

Lot 2: Supply of Thermography devices and systems

Lot 3: Provision of Electrical System Analysis

The aim is to implement the published CBM standard employing modern technology in both vibration and thermography. This will cover;

-Vibration and process data analysis applied to circa. 1900 assets

-Oil analysis applied to circa. 2300 assets

-Thermography applied to circa. 27000 assets

Agreements will be for an initial term of 3 years with the option to extend to a maximum of 8 years.

Thames Water reserve the right to issue multiple awards for each lot to achieve the most efficient and economical service solution. Thames Water reserves the right to enter into a contract or contracts for the provision of all or any number of lots

two.1.5) Estimated total value

Value excluding VAT: £1,300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Vibration Analysis

Lot No

1

two.2.2) Additional CPV code(s)

  • 38434400 - Vibration analysers

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

This lot covers the supply of vibration analysis devices for condition based maintenance. The scope also includes provision of after sales support including software app, cloud based software, systems support and training

Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.

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: £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

Any agreement will be awarded for an initial duration of 3 years, with the option to extend 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: 3

two.2.10) Information about variants

Variants will be accepted: Yes

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 up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed,

two.2) Description

two.2.1) Title

Thermography

Lot No

2

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant

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

Supply of thermography devices including low range and mid range thermal imaging devices. The scope will also include provision of after sales support and systems support including software app and training.

Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.

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: £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

Any agreement will be awarded for an initial duration of 3 years, with the option to extend 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: 3

two.2.10) Information about variants

Variants will be accepted: Yes

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 up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.

two.2) Description

two.2.1) Title

Electrical Signature Analysis

Lot No

3

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 79132100 - Electronic signature certification services

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

This lot is for the provision electrical signature analysis systems including cloud based software and systems support.

The scope also includes provision of after sales support and systems support including software app and training

Thames Water reserves the right to award this lot to a single supplier, multiple suppliers or make no award at all.

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: £600,000

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

Description of renewals: Any agreement will be awarded for an initial duration of 3 years, with the option to extend 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: 2

two.2.10) Information about variants

Variants will be accepted: Yes

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 up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.


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.1.6) Deposits and guarantees required

Bonds and/or Parent Company Guarantees pf performance and financial standing may be required.


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: 8

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

23 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: 12 (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 link in Section I.3 of this notice, i.e. https://www.thameswater.co.uk/procurement

All bidders will receive an email from procurement.support.centre@thameswater.co.uk containing their log on details into our Smartsource Portal in order to access the PQQ documents.

Note that your client may be Thames Water Utilities Ltd 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

six.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).

six.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities Ltd

Reading

Country

United Kingdom