Boat Master Simulator Services for Thames Water
Thames Water has a requirement to formulate and procure Boat Master Simulator Validation Services on behalf of the contractors employed on the Thames Tideway Tunnel project, that will validate the competencies of existing Boat Master Licence holders by using marine vessel simulator facilities, adapted to simulate the River Thames.
United Kingdom-Reading: Marine services
2014/S 194-343531
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Thames Water Utilities Limited
Procurement Support Centre — 3rd Floor East, c/o Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail: procurement.support.centre@thameswater.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
While TWUL intends to fund the successful contractor’s mobilisation costs in designing the services, the training and validation services will thereafter be requested and paid for by TWUL’s main contractors on the Thames Tideway Tunnel project, as and when needed, in respect of boat masters employed or contracted by them. TWUL is therefore of the view that this is a Services Concession Contract but is voluntarily procuring the services using the Negotiated Procedure pursuant to the Utilities Contracts Regulations 2006 (as amended).
Further details can be found in PQP and the ITT.
It is intended that the contract will be awarded by TWUL but the right is reserved for the contract to be awarded by the Infrastructure Provider (‘IP’) or for the awarded contract to be novated or assigned to the IP in due course. The IP will be a separately licensed waste water company, regulated by Ofwat and with its own credit rating.
The scope of the Works will be further described in the ITT. Applicants should note however that:
— the value range stated in this OJEU Contract Notice is an estimated value for the Services Contract as at the date of the Contract Notice. The value is indicative and intended only for guidance at this stage. The actual values of the Contract may be higher or lower;
— Thames Water do not guarantee or warrant the value of Contract(s); and
Thames Water reserves the right to vary the scope of the Services (for example but not limited to) to make changes to reflect matters under, arising from or in connection with the DCO. Interested organisations should refer to II.2 (Scope) and VI.3 (Additional information) and to the PQP for further information on the description of the Services and the Contract
II.1.6)Common procurement vocabulary (CPV)
98360000, 34152000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— The estimated value of the Contract(s) is 400 000 GBP to 500 000 GBP but this value is an estimated value for the Contract(s) at the date of this contract notice only. The value is indicative and intended only for guidance at this stage. The actual value of the Contract may be higher or lower.
— The responds are given notice pursuant to Regulation 17(2) that TWUL may award, using the negotiated procedure under Regulation 17(1)(g), a further contract or contract variation which is a repetition of the services to be provided under this Contract Notice.
Applicants should also refer to II.1.5 (Short Description) and VI.3 (Additional Information) and to the PQP for further information on the quantity, scope and value and description of the Services, and the Contract(s).
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions:
Description of particular conditions: Please see PQQ.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
1. Applicants should note that words and expressions in this contract notice with an initial capital letter shall have the meanings given in the Glossary in the Pre-Qualification Questionnaire (PQP) that is available on request to all interested organisations.
2. Interested organisations may obtain the PQP by contacting Thames Water on procurement.support.centre@thameswater.co.uk. All additional information relating to information provided in this contract notice is available in the PQP.
3. All suitably experienced organisations who wish to respond to this OJEU contract notice to indicate their interest in the tender, must request the PQP and submit a completed PQQ Application by the submission deadline of 12:00 noon on 27.10.2014.
4. II.3) (Duration of the contract or time limit for completion) — the duration of the Contract(s), time limit for completion and procurement timetable are described in detail in the PQP. The Contracting Entity reserves the right to amend dates and deadlines and to update the procurement timetable. Applicants and Tenderers will be notified as appropriate. The duration of the Contract(s) is described in the PQP although the Contracting Entity reserves the right to extend by an equivalent period in the event of delay to the DCO process or other unforeseen circumstances that may arise.
5. IV.2.1) (Award criteria) — The Contracting Entity intends to let the Contract to the most economically advantageous tender. Details of the Contracting Entity’s award criteria and methodology for identifying the most economically advantageous tender will be provided in detail in the ITT.
6. (IV.3.3 and IV.3.4) (Expressing an interest) – All interested organisations must complete and return a PQQ in the form made available by the Contracting Entity. The PQP and accompanying documentation are available on request from the Contracting Entity at the address given in section 1 above.
7. The Contracting Entity intends to invite to tender up to 6 Applicants but reserves the right to take through less than this where the gap between scores is significant. Details are provided in the PQP.
8. II.1.9) (Information about variants) — The Contracting Entity reserves the right to invite and accept variants at the ITT stage provided a Tenderer has also submitted a compliant Tender. Further information and minimum requirements in relation to any variants and how variants will be evaluated will be set out in the ITT).
9. Any contract let will be under English law.
General
10. Thames Water operates an on-going risk management approach with regard to the economic and financial capacity of its suppliers. Information will be obtained either from the supplier or an externally recognised provider. Information will be gathered upon commencement of the process and over the duration of the contract period.
11. Applicants should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water.
12. A response to this contract notice does not guarantee that an Applicant will be invited to tender. The process for selecting Tenderer(s) to be invited to tender is set out in the PQP. The Contracting Entity reserves the right in its absolute discretion to abandon, terminate or suspend the award process at any time. Further:
— the Contracting Entity does not bind itself to enter into any contract(s) arising out of the procedures envisaged by this contract notice;
— no contractual rights express or implied arise out of this contract notice or the procedures envisaged by it;
— the Contracting Entity reserves the right to vary its requirements and the procedure relating to the conduct of the award process.
13. Any agreement resulting from this contract notice may be modified to include further similar requirements at any site under the management of Thames Water or its associated companies.
14. This contract notice does not preclude Thames Water or its associated companies from issuing other contract notices for specific requirements from time to time.
15. TWUL (including its employees and advisors) does not make any representations, warranties or other commitments, whether express or implied, in relation to the accuracy, adequacy or completeness of the information provided to applicants in this Contract Notice or otherwise in connection with this tender, except as may be specifically agreed in any contract concluded at the end of this tender process.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: