Opportunity

Security Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-014970

Published 30 June 2021, 3:50pm



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

UKJ - South East (England)

Internet address(es)

Main address

www.thameswater.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.thameswater.co.uk/about-us/our-suppliers/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.thameswater.co.uk/about-us/our-suppliers/procurement

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

Security Services

Reference number

FA1659

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Security Services across the estate which will predominantly be static guarding. This will be required across approximately 30 of our sites a mixture of Tier 1-3, with mobile patrols being required across our estate on a determined rota. In addition we also require support for Access Controls and General security requirements for corporate sites, Alarm Monitoring and ID Card management

The Service Provider shall provide a professional and comprehensive Security Service (static site guarding, CCTV, and mobile response ) that offers appropriate assistance and protection for the TWUL estate.

The Provider shall be expected to operate flexibly, by responding to TWUL's requirements where extra services are needed or amendment to the assignment instructions are wanted in providing general security assistance to TWUL.

The Provider will work in line with TWUL security processes and industry best standards. The Provider should be a minimum of NSI silver working towards NSI gold or already NSI gold accredited .

Ultimate responsibility for security policy, process and security risk assessments remains with TWUL.

two.1.5) Estimated total value

Value excluding VAT: £31,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

Whole of Thames Water area

two.2.4) Description of the procurement

Provision of Security Services across the estate which will predominantly be static guarding. This will be required across approximately 30 of our sites a mixture of Tier 1-3, with mobile patrols being required across our estate on a determined rota. In addition, we also require support for Access Controls and General security requirements for corporate sites, Alarm Monitoring and ID Card management

The Service Provider shall provide a professional and comprehensive Security Service (static site guarding, CCTV, and mobile response ) that offers appropriate assistance and protection for the TWUL estate.

The Provider shall be expected to operate flexibly, by responding to TWUL's requirements where extra services are needed or amendment to the assignment instructions are wanted in providing general security assistance to TWUL.

The Provider will work in line with TWUL security processes and industry best standards. The Provider should be a minimum of NSI silver working towards NSI gold or already NSI gold accredited.

Ultimate responsibility for security policy, process and security risk assessments remains with TWUL.

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: £31,200,000

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 awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term 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: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term 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 Section VI and the PQQ

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 the Invitation to Negotiate

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 identity 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 a single operator

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

15 July 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 5 - 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 Limited

Reading

RG1 8DB

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

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