今日看料

Construction Tenders

Tue October 22 2024

Related Information

Construction Contract Leads

London

Category Goods

Type

No. of Lots 1

Status Active

Published 21st Oct 2024

Tender Details
Referenceocds-h6vhtk-04afc1
Common Procurement VocabularyProtective and safety clothing
Procurement MethodNegotiated procedure with prior call for competition
Value£12,000,000
« Previous Page

London

Category Goods

Type

No. of Lots 1

Status Active

Published 21st Oct 2024

Tender Details
Referenceocds-h6vhtk-04afc1
Common Procurement VocabularyProtective and safety clothing
Procurement MethodNegotiated procedure with prior call for competition
Value£12,000,000

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre [at] thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Personal Protective Equipment (PPE)

Reference number

FA2164

II.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

II.1.3) Type of contract

Supplies

II.1.4) Short description

Consolidation of PPE, Workwear, and Health & Safety Consumables

II.1.5) Estimated total value

Value excluding VAT: 拢12,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

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

Whole of the Thames Water Region

II.2.4) Description of the procurement

Thames Water is seeking to establish a Framework Agreement with a single supplier for the provision of Personal Protective Equipment (PPE), everyday workwear, and health & safety consumables. This includes items such as trousers, jackets, shirts, t-shirts, polo shirts, overalls, and various protective gear for head, foot, eye, ear, and hand protection. The aim is to consolidate these categories to enhance commercial value, improve operational efficiencies, and standardise products.

The procurement process will involve a two-stage approach, with the second stage being an E-Auction to drive additional value. The successful supplier will be expected to ensure on-time and in-full (OTIF) deliveries, provide inventory management solutions, and integrate ordering innovations such as webshops and SAP integrations.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 拢12,000,000

II.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

Thames Water envisages that the contract will be awarded for an initial term of 3 years with option to extend annually up to a maximum term of 8 years.

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

Envisaged number of candidates: 15

II.2.10) Information about variants

Variants will be accepted: No

II.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 III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in section VI.3 & 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 Invitation to Negotiate Document

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

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the ITN


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

5 November 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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 VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 ().

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.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom

VI.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).