Tender for Underwater Diving Mechanical Services
Thames Water Utilities Ltd intends to award one Framework Agreement for the provision of underwater mechanical services to a primary supplier and a reserved supplier.
United Kingdom-Reading: Diving services
2020/S 232-574089
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Postal address: Procurement Support Centre — 6th Floor Reading Bridge House C/o Post Room Rose Kiln Court
Town: Reading
NUTS code: UKJ11 Berkshire
Postal code: RG2 0BY
Country: United Kingdom
E-mail: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Underwater Diving Mechanical Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Thames Water Utilities Ltd intends to award one framework agreement for the provision of underwater mechanical services to a primary supplier and a reserved supplier. This framework will cover all Thames Water regions.
There is one lot for this framework agreement, services included in the lot are; underwater valve repairs and inspections, maintenance and metal fabrication works.
The primary supplier will be the first go to supplier to deliver the works required for this framework agreement. If, however, the primary supplier cannot deliver the services required then Thames Water will use the reserved supplier to deliver the services instead.
Thames Water reserves the right to make no award as a result of this procurement process, or may award in part or in whole.
The initial term of the framework agreement will be 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of TW Area.
II.2.4)Description of the procurement:
Thames Water requires commercial diving services and metal fabrication works for its raw water reservoirs and service reservoirs. Diving services include asset inspection, repairs and maintenance. Metal fabrication works include manufacturing new metal products that need replacing in the water reservoirs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As detailed in the PQQ.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As detailed in section VI.3 and PQQ.
III.1.6)Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the Invitation to Negotiate.
III.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 IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Between 3-8 years.
VI.2)Information about electronic workflows
VI.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.
VI.4.1)Review body
Town: Reading
Country: United Kingdom
VI.4.3)Review procedure
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).
VI.4.4)Service from which information about the review procedure may be obtained
Town: Reading
Country: United Kingdom
VI.5)Date of dispatch of this notice: