Opportunity

Supply of Fleet Vehicles

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-005576

Published 1 March 2022, 2:12pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

www.thameswater.co.uk

one.3) Communication

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

www.thameswater.co.uk/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.thameswater.co.uk/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Fleet Vehicles

Reference number

FA1692

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Thames Water intends to award a Framework Agreement(s) for the provision of motor vehicles for our commercial fleet, which currently consists of c.2000 vehicles in total. The scope will cover all variations of Light Commercial Vehicles (LCVs) and 4x4s. The aim of the agreement is to source suppliers to cover our current fleet requirements for Internal Combustion Engine (ICE) vehicles, and to cover our upcoming transition to Electric/Alternative fuel vehicles, therefore playing an integral role in our strategic priority of becoming carbon net zero by 2030

two.1.5) Estimated total value

Value excluding VAT: £48,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

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 provider(s).

two.2) Description

two.2.1) Title

Internal Combustion Engine (ICE) Vehicles

Lot No

1

two.2.2) Additional CPV code(s)

  • 34131000 - Pick-ups
  • 34136000 - Vans

two.2.3) Place of performance

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

Whole of Thames Water region

two.2.4) Description of the procurement

Lot 1 is for the provision of ICE (Internal Combustion Engine) vehicles (LCVs and 4x4s) to be purchased outright from the successful supplier. Lot 1 will be awarded to a single supplier.

two.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 value

Value excluding VAT: £24,000,000

two.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 options to extend up to a maximum duration of 8 years

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

Envisaged number of candidates: 10

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

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.

two.2) Description

two.2.1) Title

Electric & Alternative Fuel Vehicles

Lot No

2

two.2.2) Additional CPV code(s)

  • 34131000 - Pick-ups
  • 34136000 - Vans
  • 34144900 - Electric vehicles

two.2.3) Place of performance

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

Whole of Thames Water region

two.2.4) Description of the procurement

Lot 2 is for the provision of Electric and Alternative Fuel Vehicles, which will be leased during the initial term, with the expectation that we can choose to purchase at the end of the lease term if required, or to purchase additional EV requirements outright in future, dependent on development of the EV market.

Lot 2 will be awarded to multiple suppliers.

two.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 value

Value excluding VAT: £24,000,000

two.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 options to extend up to a maximum duration of 8 years.

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

Envisaged number of candidates: 10

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

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.

This agreement will include options for the lease or outright purchase of electric and/or alternative fuel vehicles.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in Section VI.3 and the PQQ

three.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 them

As detailed in the ITN.

three.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 any award.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Consortia may be required to form a legal entity prior to any award.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.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: 5

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

21 March 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between 3 and 8 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) 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

All bidders will receive an email from procurement.support.centre@thameswater.co.uk containing their log on details into our Smartsource Portal in order to access the PQQ documents.

If the project requires it you will receive an additional and separate survey to complete for Data Protection.

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

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Ltd

Reading

Country

United Kingdom

six.4.3) Review procedure

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)

six.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities Ltd

Reading

Country

United Kingdom