Tender

Supply of Crane Hire and Contracted Lifts

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-010140

Procurement identifier (OCID): ocds-h6vhtk-02af0d

Published 10 May 2021, 3:06pm



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 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

Supply of Crane Hire and Contracted Lifts

Reference number

FA1539

two.1.2) Main CPV code

  • 45510000 - Hire of cranes with operator

two.1.3) Type of contract

Works

two.1.4) Short description

Thames Water Utilities Limited intends to award a Framework Agreement for the short/long term hire of cranes, including all equipment and personnel. It is expected the framework supplier(s) will provide contracted lifts and other associated services.

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45510000 - Hire of cranes with operator

two.2.3) Place of performance

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

Whole of the Thames Water site.

two.2.4) Description of the procurement

Thames Water Utilities Limited intends to award a Framework Agreement for the short/long term hire of cranes, including all equipment and personnel. It is expected the framework supplier(s) will provide contracted lifts and other associated services.

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: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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 5 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: Yes

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 5 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 & PQQ.

three.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons

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: 2

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

25 May 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3-5 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 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

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).