Tender

Traffic Management for South London

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-035845

Procurement identifier (OCID): ocds-h6vhtk-04b42a

Published 5 November 2024, 4:45pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2212TrafficMgtSouthLondon/SitePages/FA2212-Traffic-Management-for-South-London-Bidder-Landing-Page.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://forms.office.com/e/ZSFfff3DyZ

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

Traffic Management for South London

Reference number

FA2212

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

Thames Water Utilities Ltd (TWUL) is intending to award a framework agreement for traffic management for South London. Services comprise of, but not limited to, supply of traffic lights and associated equipment, CAD drawings, and enabling services.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63712700 - Traffic control services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Supply of traffic management in the South London region of TWUL's operational area. Supply of traffic lights and associated equipment for a range of requirements, including but not limited to road closures, contraflows, or any other job whereby traffic lights or the management of traffic is required.

Estimates of jobs are approximately 3,000 per year, distributed across road closures, two-way lights, and multi-way signals

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: £15,000,000

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

TWUL advises that the initial term will be to September 2026 with options to extend annually or otherwise until September 2030.

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

Envisaged number of candidates: 5

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 an initial duration to September 2026, with options to extend annually up to a maximum overall term to September 2030.


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 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

No special legal form is required but, if a contract is awarded to a consortium of economic operators, the contracting authority may require the consortium to form a legal entity before entering into the contract.


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.1.4) 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

20 November 2024

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: Between two and five years.

six.2) Information about electronic workflows

Electronic ordering will be used

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 https://forms.office.com/e/ZSFfff3DyZ

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. To complete the PQQ you will need to login to the project SharePoint site.

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

UK

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 of information on the reward of the contract is communicated to tenderers. That notification will provide full information on the reward 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 at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northen Ireland)