The current contract for Security equipment – Framework Lead is projected to end on 05-JUN-22 and may be available for retender.
Description:
Title attributed to the contract by the contracting entity:: FA1255 Security Access Products.
Type of contract and location of works, place of delivery or of performance: Supplies
Purchase
Main site or location of works, place of delivery or of performance: Whole of Thames Water operating region.
NUTS code
Information on framework agreement: Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 5 000 000 and 15 000 000 GBP
Short description of the contract or purchase(s):: Thames Water requires the supply and installation of a range of physical security products used to secure access to buildings and other assets across the estate. The Security and Emergency Measures Direction (SEMD) programme and potentially the adoption of private pumping stations will be key demand drivers for these products through AMP6. Products in this area must comply with Thames Water specifications, including nationally recognised security standards.
This Framework agreement will be for the supply and installation of the following products:
Lot 1: doors;
Lot 2: covers;
Lot 3: cabinets and modular buildings, security rated, steel;
Lot 4: cabinets and modular buildings, non security rated, steel;
Lot 5: cabinets and modular buildings, security rated, alternative materials;
Lot 6: cabinets and modular buildings, non security rated, alternative materials;
Lot 7: mesh products;
Lot 8: window bars;
Lot 9: louvre panels;
Lot 10: roller shutters.
Thames Water are intending to develop standardised modular buildings to house MCC (Motor Control Centre) units, involving the standardisation of interfaces both within and outside the modular buildings, developing methods to ease installation and ensuring products meet cooling requirements. Winners of Lots 3-6 are expected to jointly develop these products with Thames Water and any other peer suppliers who win the other lots.
Thames Water may require delivery of products directly to customer, to central stores or to project site.
Specific ‘call-off’ contracts awarded under the framework arrangements may be awarded directly by Thames Water or by one of its approved contractors or an approved sub-contractor. The supplier will be expected to offer the same levels of service and commercial benefits to Thames Water and its approved contractors and sub-contractors.
For single large scale requirements the supplier may be required to provide project management services to ensure that all goods are supplied in a timely manner and project costs re minimised.
Thames Water will consider how lots may be combined (If at all) subject to responses received from applicants and in particular where this is considered to offer best value.
Thames Water reserves the right not to award Framework Agreements for 1 or more Lots, or for any lots. Thames Water does not guarantee exclusivity of supply in any Lot and may also award 1 or more Lots to one or more suppliers.
It is envisaged that Framework Agreements will be awarded for the duration of 3 years with 2 further 2 year extensions up to a maximum of 7 years.
Information about variants: Variants will be accepted: yes
Information about renewals: This contract is subject to renewal: yes
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 84 (from the award of the contract)