{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02f181-2021-10-29T09:59:31+01:00",
    "date": "2021-10-29T09:59:31+01:00",
    "ocid": "ocds-h6vhtk-02f181",
    "description": "All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement). 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 (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource. 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",
    "initiationType": "tender",
    "tender": {
        "id": "FA1672",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Asset Protection Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71310000",
            "description": "Consultative engineering and construction services"
        },
        "mainProcurementCategory": "services",
        "description": "Thames Water are looking to contract a supplier to provide the following services: Specialist Asset Protection Services (evaluate the effects of direct and indirect movement arising from third party construction activities, supervision of mitigation measures and review of ground monitoring data) associated with large infrastructure projects and selected customer led developments.",
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Thames Water are looking to contract a supplier to provide the following services: Specialist Asset Protection Services (evaluate the effects of direct and indirect movement arising from third party construction activities, supervision of mitigation measures and review of ground monitoring data) associated with large infrastructure projects and selected customer led developments. These services will include: * Asset Protection Management * Asset Protection Engineers * Instrumentation and Monitoring * Construction Management, Assurance, Asset Hand Over * Asset Protection Support Services (where required) The supplier will review design projects such as Thames Tideway Tunnel, HS2, and similar third party infrastructure and development projects will produce and advise recommendations to TW on the impact it creates for existing assets. Typical assets that are reviewed and advised include pipes, tunnels, chambers, buildings, river walls and sub station Thames Water are looking to award a single supplier to cover all of the above requirements under a single lot. We are looking for a supplier capable of providing a service for the length of the agreement who can meet the following business objectives; reducing financial and reputational risk to Thames, an outstanding service provision, and provide value for money.",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of the Thames Water Region."
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.thameswater.co.uk/procurement",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required.",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "financialTerms": "Specified in Invitation to Negotiate Document.",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to award.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2021-11-19T12:00:00Z"
        },
        "hasRecurrence": true,
        "reviewDetails": "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).",
        "recurrence": {
            "description": "Between 3 and 8 years"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-4845",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "http://www.thameswater.co.uk/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-33107",
            "name": "Thames Water",
            "identifier": {
                "legalName": "Thames Water"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-3199",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-33108",
            "name": "Thames Water Utilities Ltd",
            "identifier": {
                "legalName": "Thames Water Utilities Ltd"
            },
            "address": {
                "locality": "Reading",
                "postalCode": "RG1 8 DB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4845",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en"
}