United Kingdom-Reading: Safety equipment

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Reading: Safety equipment
OJEU (High Value) 293655-2020
Type Invitation to tender
Date Published 2020-06-24
Deadline 2020-07-10 12:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Negotiated procedure

Description :
CONTRACT NOTICE



Section I: Contracting authority

I.1) Name and addresses:
Official name: Thames Water Utilities Ltd
Postal address: Procurement Support Centre — 3rd Floor East, c/o Mail Room, Rose Kiln Court
Town: Reading
Postal code: RG2 0BY
Country: UK
E-mail: procurement.support.centre@thameswater.co.uk
NUTS code: UKJ11
Main address: www.thameswater.co.uk

Communication
I.3) Procurement documents
(URL):https://www.thameswater.co.uk/procurement

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://www.thameswater.co.uk/procurement
I.3.8) to the above mentioned address


Section II: Object of Contract


Title:
The Supply of Health and Safety Equipment

Reference number: FA1468

II.1.4) Short description
Thames Water has requirements for health and safety equipment. This includes portable gas detectors in lot 1 breathing apparatus in lot 2 and fixed gas detection and its maintenance in lot 3. These goods and services will be used on our operational water and wastewater sites.

II.01) Estimated value excluding VAT:
GBP 5240000.00

Information about lots
II.1.6) This contract is divided into lots: yes



Description: Item/Lot 1
Title:
Portable Gas Detectors

II.2.1) Lot No: 1a
NUTS code: UKJ
NUTS code: UKI
II.2.3.2) Main site or place of performance:
Whole Thames Water region.

II.1.4) Short description
The scope for lot 1A will cover the purchase and supply of PGD Units (Triple gas — which monitor low oxygen, methane, and hydrogen sulphide, single gas — personal monitors — which monitor hydrogen Sulphide) and spare parts, product selection, manufacture, at-works test, provision of drawings, supply, packing, delivery (could be to anywhere in the Thames Water region), on-site testing, commissioning, provision of associated documentation and necessary certification and warranties and operator/maintenance training of all applications.

In addition R&M services will cover the planned and reactive maintenance of Thames Water PGD Units for instance, but not limited to, sensor calibration, repair, overhaul and servicing services. Repair may include all necessary PGD Unit ancillaries, sensors, batteries, battery re-chargers, etc. Services required may include efficiency testing, removal and disposal of PGD Units and spares from site, delivery and commissioning. This lot will be awarded to a sole supplier.

II.2.5) Award criteria:

Value excluding VAT: GBP 1200000.00
II.02.07) Duration in months 96
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 3
II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

The procurement is related to a project and/or programme financed by European Union funds): no

Description: Item/Lot 2
Title:
Lone Worker Device with Portable Gas Detector Ability

II.2.1) Lot No: 1a
NUTS code: UKJ
NUTS code: UKI
II.2.3.2) Main site or place of performance:
Whole Thames Water region.

II.1.4) Short description
The scope for lot 1B will cover the purchase and supply of lone worker devices with PGD ability. The unit will have the capability to alarm when the user has stopped moving for a set amount of time and will report back to monitoring personnel and will also sound an audible alarm. The device will also have fall detection, and be able to send audible and non-audible SOS alerts. The gas monitoring side of the device will cover the following (Triple gas — which monitor low oxygen, methane, and hydrogen sulphide, single gas — personal monitors — which monitor hydrogen sulphide).

Also covered under this lot is spare parts, product selection, manufacture, at-works test, provision of drawings, supply, packing, delivery (delivery could be to anywhere within the Thames Water region), on-site testing, commissioning, provision of associated documentation and necessary certification and warranties and operator/maintenance training of all applications.

In addition R&M services will cover the planned and reactive maintenance of Thames Water PGD/lone working devices for instance, but not limited to, sensor calibration, repair, overhaul and servicing services. Repair may include all necessary unit ancillaries, sensors, batteries, battery re-chargers, etc. Services required may include efficiency testing, removal and disposal of PGD Units and spares from site, delivery and commissioning.

This lot will be awarded to a sole supplier, and a trial of a selection of units across multiple sites may be required before award stage.

II.2.5) Award criteria:

Value excluding VAT: GBP 1200000.00
II.02.07) Duration in months 96
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 3
II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

The procurement is related to a project and/or programme financed by European Union funds): no

Description: Item/Lot 3
Title:
Breathing Apparatus

II.2.1) Lot No: 2
NUTS code: UKI
NUTS code: UKJ
II.2.3.2) Main site or place of performance:
Whole of Thames Water region.

II.1.4) Short description
The scope of work for lot 2 includes the supply, delivery (delivery could be to anywhere within the Thames Water region) and maintenance of breathing apparatus equipment. This includes but is not limited to working/rescue breathing apparatus, escape breathing apparatus (both oxygen rebreather and compressed air), and umbilical line sets.

The equipment will be used in the water and waste industry and must be fully compliant with relevant British and international standards.

This lot will be awarded to a sole supplier.

II.2.5) Award criteria:

Value excluding VAT: GBP 640000.00
II.02.07) Duration in months 96
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 3
II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

The procurement is related to a project and/or programme financed by European Union funds): no

Description: Item/Lot 4
Title:
Supply of Fixed Gas Detection and Associated Spares

II.2.1) Lot No: 3
NUTS code: UKI
NUTS code: UKJ
II.2.3.2) Main site or place of performance:
Whole Thames Water region.

II.1.4) Short description
The scope for lot 3 will cover the purchase and supply of fixed gas detectors (Chlorine, Hydrogen Sulphide, Ammonia, Methane, Carbon Monoxide, Carbon Dioxide, Hydrogen Sulphide, low Oxygen and Ozone) spare parts, product selection, manufacture, provision of drawings, supply, packing, delivery (delivery could be to anywhere within the Thames Water region), provision of associated documentation and necessary certification and warranties and operator/maintenance training of all applications.

This lot will be awarded to a sole supplier.

II.2.5) Award criteria:

Value excluding VAT: GBP 2200000.00
II.02.07) Duration in months 96
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 3
II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
As detailed in the PQQ.

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.01.04.1) List and brief description of rules and criteria:
As detailed in section VI.3 and the PQQ.

III.01-06_01) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.

III.01-07_01) Main financing conditions and payement arrangements and/or reference to the relevant provisions governing them:
Specified in the invitation to negotiate.

III.01-08_01) 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: Competitive Negotiation
IV.1.3) The procurement involves the establishment of a framework agreement

IV.1.3) Envisaged maximum number of participants to the framework agreement 4
IV.1.4) Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-07-10
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 9

Section V: Complementary information



Between 5 — 8 years.

VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

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

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure


Review body:
Official name: Thames Water Utilities Ltd
Town: Reading
Country: UK
VI.4.3) Precise information on deadline(s) for review procedures
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.04.04) Service from which information about the review
Official name: Thames Water Utilities Ltd
Town: Reading
Country: UK

Section VI

Date of dispatch of this notice : 2020-06-19

CPV Codes
35113000; 33195100; 38420000; 24111000; 38341500; 90731500; 90731600; 90731700; 90743100; 50413100; 35110000; 33172200; Safety equipment; Monitors; Instruments for measuring flow, level and pressure of liquids and gases; Hydrogen, argon, rare gases, nitrogen and oxygen; Contamination-monitoring devices; Toxic gas detection services; Methane monitoring; Carbon dioxide monitoring services; Toxic substances monitoring services; Repair and maintenance services of gas-detection equipment; Firefighting, rescue and safety equipment; Resuscitation devices;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.