Tender Details
Title

Tools and Spare Parts Tools and Parts ... Thames Water has standardized several products to a specific brand. When a brand name is mentioned, it indicates a product Thames Water prefers. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month ...

Country
Language
English
Organization
Published Date
25.10.2024
Deadline Date
11.11.2024
Overview
Tools and Spare Parts Tools and Parts ... Thames Water has standardized several products to a specific brand. When a brand name is mentioned, it indicates a product Thames Water prefers. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month ... THAMES WATER UTILITIES LIMITED Tools and Spare Parts - Opportunity Tools and Spare Parts THAMES WATER UTILITIES LIMITED F05: Contract notice – utilities Notice reference: 2024/S 000-034598 Published 25 October 2024, 9:21am Watch this notice Contents Open all one. Contracting entityI. Contracting entityPress escape key to exit two. Object (5 lots)II. Object (5 lots) Scope of the procurement Lot 1. General electrical, mechanical and workshop consumables Lot 2. Tools and Site Materials Lot 3. Industrial Parts Lot 4. Water Tooling Lot 5. White goods and domestic electrical products three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting entitySection I: Contracting entity one.1) Name and addressesI.1) Name and addresses THAMES WATER UTILITIES LIMITED Reading RG18DB Contact Thames Water Email procurement.support.centre@thameswater.co.uk Country United Kingdom NUTS code UKJ11 - Berkshire Companies House 02366661 Internet address(es) Main address https://www.thameswater.co.uk/ one.3) CommunicationI.3) Communication Access to the procurement documents is restricted. Further information can be obtained at https://forms.office.com/e/BtbRtnR9jX Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2163ToolsandParts one.6) Main activityI.6) Main activity Water Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Tools and Spare Parts Reference number FA2163 two.1.2) Main CPV codeII.1.2) Main CPV code 44510000 - Tools two.1.3) Type of contractII.1.3) Type of contract Supplies two.1.4) Short descriptionII.1.4) Short description Tools and Parts two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £23,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Thames Water reserves the right to award a single or multiple lots to the most suitable providers(s). two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title General electrical, mechanical and workshop consumables Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 44510000 - Tools two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of the Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement Thames Water has standardized several products to a specific brand. When a brand name is mentioned, it indicates a product Thames Water prefers. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month warranty from the delivery date on any purchased item. This lot includes high-volume, low-value consumables for on-site and network use. The supplier must offer Vendor Managed Inventory solutions, such as onsite bin fills and vending machines, to ensure components are readily available for operatives. These solutions should be provided free of charge for the contract duration. Additionally, the supplier must offer SAP integration, online webshops, next-day delivery for core items, and click-and-collect options for urgent needs. two.2.5) Award criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £8,400,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 15 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Tools and Site Materials Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 44510000 - Tools two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of the Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement Thames Water has standardized several products to a specific brand. When a brand name is mentioned, it indicates a product Thames Water prefers. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month warranty from the delivery date on any purchased item. This lot includes tools and toolkits. The supplier must offer Vendor Managed Inventory solutions, such as onsite bin fills and vending machines, to ensure components are readily available for operatives. These solutions should be provided free of charge for the contract duration. Additionally, the supplier must offer SAP integration, online webshops, next-day delivery for core items, and click-and-collect options for urgent needs. two.2.5) Award criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £4,200,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 15 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Industrial Parts Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 44510000 - Tools two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of the Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement Thames Water Utilities Limited (TWUL) requires a minimum 12-month warranty from the delivery date on any purchased item. This lot includes various industrial parts and components essential for maintaining and operating Thames Water facilities. The supplier must offer vendor-managed inventory (VMI) solutions, such as onsite bin fills and vending machines, free of charge for the contract duration. The supplier must provide seamless SAP integration, next-day delivery for emergencies, click-and-collect options for urgent needs, and quotations within 24 hours. Additionally, the supplier must offer technical expert advice and possess in-depth knowledge of products required in the water utilities sector. The product categories include industrial parts (motors, gearboxes, bearings, seals), power transmission (couplings), and pneumatics and hydraulics two.2.5) Award criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £6,000,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 15 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Water Tooling Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 44510000 - Tools two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of the Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement Specialist water tooling products used by our Networks teams for water mains, leak repairs, and general maintenance. Thames Water has standardized several products for team use. When a brand name is mentioned, it indicates a preferred product. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month warranty from the delivery date on any purchased item. The supplier may offer Vendor Managed Inventory solutions, such as onsite bin fills and vending machines, free of charge for the contract duration. The supplier must also offer SAP integration, online webshops, and delivery of core items within 5 working days. All materials and products for public water supplies must comply with Regulation 31 of the Water Supply (Water Quality) Regulations and be listed in the current version of the Secretary of State's List of Approved Products and Processes. two.2.5) Award criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £3,300,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 15 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title White goods and domestic electrical products Lot No 5 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 44510000 - Tools two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London UKJ - South East (England) Main site or place of performance The whole of the Thames Water Region two.2.4) Description of the procurementII.2.4) Description of the procurement When a brand name is mentioned, it indicates a product Thames Water prefers. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month warranty from the delivery date on any purchased item. This lot includes general white goods and domestic appliances. The supplier must offer SAP integration, online webshops, and free electrical site surveys for lighting upgrades. Additionally, the supplier should collaborate with various manufacturers to provide the best value for Thames Water. two.2.5) Award criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £900,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 15 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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 three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.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 three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents three.1.4) Objective rules and criteria for participationIII.1.4) Objective rules and criteria for participation List and brief description of rules and criteria As detailed in section VI.3 & PQQ three.1.6) Deposits and guarantees requiredIII.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 themIII.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 awardedIII.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 four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Negotiated procedure with prior call for competition four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.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 four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: No four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 11 November 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.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/BtbRtnR9jX). 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 reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Thames Water Utilities Limited Reading Country United Kingdom Back to top 1729859980 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Tools and Spare PartsTHAMES WATER UTILITIES LIMITED  Tools and Parts ... Thames Water has standardized several products to a specific brand. When a brand name is mentioned, it indicates a product Thames Water prefers. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month ...  Notice typeF05: Contract notice – utilitiesClosing11 November 2024, 12:00pmContract locationsUKI - London; UKJ - South East (England)Total value £23,000,000 Lot values £8,400,000; £4,200,000; £6,000,000; £3,300,000; £900,000 Publication date25 October 2024, 9:21am
NAICS
Power Business All Other Professional Jewelry Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Other Foundation Other Foundation Regulation and Administration of Communications Religious Executive and Legislative Offices Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Other Professional Cookie Electrical Equipment Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Regulation Commercial Regulation and Administration of Communications Jewelry Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Water Professional Process
CPVS
Transmission, cam- and crank- shafts Tools Parts of structures Repair, maintenance and associated services related to aircraft and other equipment System, storage and content management software package Domestic appliances Mains Networks Networking, Internet and intranet software development services Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Couplings Water mains Office, school and office equipment cleaning services Vending machines Seals Machinery for cleaning, filling, packing or wrapping bottles or other containers Supports Structures and parts Surveying, hydrographic, oceanographic and hydrological instruments and appliances System, storage and content management software development services Forms Networking, Internet and intranet software package Watches Motors Bins Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Vats Rings, seals, bands, sticks and grout packers Repair, maintenance and associated services related to roads and other equipment Other services Gearboxes Bearings Keys Electrical, electromagnetic and mechanical treatment Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Tool parts Repair, maintenance and associated services related to railways and other equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Sap House Nuts Couplings Bearings Awards Water Domestic appliances Watches Utilities Supply of water Co financing Machine made parts Single room Case making services Seals Financial Instruments, Products, Contracts and Agreements Water, sanitation and hygiene kits Water, sanitation and hygiene kit Tent, for office use Water, sanitation and hygiene kits E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Light and Lighting Products Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Printing and Publishing Services Railways-Rail-Railroad Machinery and Equipments-M&E Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Industry Aviation Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert