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
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
https://www.thameswater.co.uk/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://forms.office.com/e/XzdxSAeFkC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Loss Adjusters
Reference number
FA2198
two.1.2) Main CPV code
- 66518300 - Insurance claims adjustment services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Loss Adjustment Services and Contractor Repair Network
two.1.5) Estimated total value
Value excluding VAT: £2,583,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Thames Water reserves the right to award a single or multiple lots to the most suitable providers(s).
two.2) Description
two.2.1) Title
Primary Emergency, Major Incident and Out of Hours Loss Adjustment Services
Lot No
1 a
two.2.2) Additional CPV code(s)
- 66518300 - Insurance claims adjustment services
- 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole of Thames Water Region
two.2.4) Description of the procurement
Thames Water Utilities Limited are looking for a retained provider who can be called on at any time for emergency incidents, providing Thames Water with an out of hours helpdesk and crucial resources to provide early assessment and complete the evaluation of claims, which may include managing a repair and reinstatement process.
Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.
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: £249,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 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
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further: one year periods.
two.2) Description
two.2.1) Title
Major Loss Response Panel
Lot No
1 b
two.2.2) Additional CPV code(s)
- 66518300 - Insurance claims adjustment services
- 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole of Thames Water Region
two.2.4) Description of the procurement
From time to time Thames Water require response to major incidents and therefore require a panel of suppliers that would be able to support by responding to these events should they occur, and providing early assessment and complete the evaluation of claims.
Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.
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: £126,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 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: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods.
two.2) Description
two.2.1) Title
General Loss Adjusting Services
Lot No
2
two.2.2) Additional CPV code(s)
- 66518300 - Insurance claims adjustment services
- 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole of Thames Water Region
two.2.4) Description of the procurement
Day to day claims adjusting and ancillary services assessment and evaluation, with longer response requirements.
Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 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: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods.
two.2) Description
two.2.1) Title
Contractor Repair Network
Lot No
3
two.2.2) Additional CPV code(s)
- 66518300 - Insurance claims adjustment services
- 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole of Thames Water Region
two.2.4) Description of the procurement
Thames Water seeks a provider offering a wide network of trades and services needed in Repair and Reinstatement following claims against TW. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.
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: £208,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 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: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the PQQ
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.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Loss Adjusters must be members of the Chartered Institute of Loss Adjusters (CILA) and Surveyors must be a member of the Royal Institute of Chartered Surveyors.
three.2.2) Contract performance conditions
As detailed in the ITN
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
8 November 2024
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Format for requested participation:
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 . ( https://forms.office.com/e/XzdxSAeFkC )
From your response to the link in Section I.3 or above, Thames Water 's Procurement Support Centre will send you an email providing you login details for our eSourcing system.
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.
Note on Estimated Contract Values:
All values shown are estimates only and have no binding on the total contract value that materialises under the provision of each service.
Any bidder that passes the PQQ pass/fail questions will be taken through to ITN.
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
UK
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).