Tender

Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-008320

Procurement identifier (OCID): ocds-h6vhtk-03b50a

Published 22 March 2023, 12:15pm



The closing date and time has been changed to:

14 April 2023, 12:00pm

See the change notice.

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

Region code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

https://www.thameswater.co.uk

Buyer's address

www.thameswater.co.uk/procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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

Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics

Reference number

FA1608

two.1.2) Main CPV code

  • 34144900 - Electric vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

To meet our carbon net zero target by 2030 and keep up with market changes, we need to transition our fleet across to zero emission options, such as Electric Vehicles (EV) or Alternative Fuel Vehicles (AFV). To enable this transition of our fleet, we also need to consider the infrastructure required to keep these vehicles moving, and the systems needed to ensure our operations can continue to run smoothly with minimal impact to our customer service and downtime. Thames Water intends to award Framework Agreements for the provision of the vehicles, charging infrastructure and telematics, as well as the services and support required to guide us through our decarbonisation journey. To meet our ambitious carbon net zero target and ensure a successful transition, we want to partner with a provider/s that can support us with this journey and help us achieve our goals.

two.1.5) Estimated total value

Value excluding VAT: £189,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

Maximum number of lots that may be awarded to one tenderer: 5

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

Electric & Alternative Fuel Vehicles

Lot No

1

two.2.2) Additional CPV code(s)

  • 34113000 - 4-wheel-drive vehicles
  • 34131000 - Pick-ups
  • 34136000 - Vans
  • 34144700 - Utility vehicles
  • 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 1 is for the supply of any of the following: site utility vehicles, small vans, medium vans, large vans, and 4x4s. The primary focus will be on Electric Vehicle options, but Alternative Fuel Vehicles will be considered where EV options are limited. Suppliers will be expected to supply/deliver the vehicles with warranty included, and all vehicles will be purchased outright.

The Lot 1 framework agreement will be awarded to multiple suppliers (to ensure full coverage and multiple supply options for each vehicle type), with mini competitions then run each year/order between all the successful suppliers on the framework agreement for the different vehicle requirements.

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: £158,000,000

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 beawarded 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: 15

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, withoptions to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Home Charging Infrastructure

Lot No

2a

two.2.2) Additional CPV code(s)

  • 30163000 - Charge cards
  • 31158000 - Chargers
  • 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 the Thames Water region

two.2.4) Description of the procurement

Lot 2 focuses on supporting our requirements for appropriate charging infrastructure and solutions to enable our transition to EV/AFV and keep our new fleet moving to ensure our frontline operations can continue to deliver for our customers. Lot 2 has been split into sublots to allow us to distinguish between the different charging requirements (home, site, public).

Lot 2a is for the supply, installation and maintenance of chargers at selected Thames Water drivers' homes. Lot 2a will be awarded to a single supplier but we will consider bidders' ability to provide for multiple sublots and the benefits of this, to prioritise consistency and accountability throughout our infrastructure rollout.

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: £1,500,000

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

Site Charging Infrastructure

Lot No

2b

two.2.2) Additional CPV code(s)

  • 30163000 - Charge cards
  • 31158000 - Chargers
  • 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 focuses on supporting our requirements for appropriate charging infrastructure and solutions to enable our transition to EV/AFV and keep our new fleet moving to ensure our frontline operations can continue to deliver for our customers. Lot 2 has been split into sublots to allow us to distinguish between the different charging requirements (home, site, public).

Lot 2b is for the supply, installation and maintenance of chargers at selected Thames Water sites. Lot 2b will be awarded to a single supplier but we will consider bidders' ability to provide for multiple sublots and the benefits of this, to prioritise consistency and accountability throughout our infrastructure rollout.

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: £10,000,000

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 beawarded 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, withoptions to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Public Network Charge Card

Lot No

2c

two.2.2) Additional CPV code(s)

  • 30163000 - Charge cards
  • 31158000 - Chargers
  • 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 focuses on supporting our requirements for appropriate charging infrastructure and solutions to enable our transition to EV/AFV and keep our new fleet moving to ensure our frontline operations can continue to deliver for our customers. Lot 2 has been split into sublots to allow us to distinguish between the different charging requirements (home, site, public).

Lot 2c is for the supply of charge cards that allow Thames Water drivers to access and use the public charging network, and managing payments for the electricity cost to charge on the public network where applicable.

Lot 2c will be awarded to a single supplier but we will consider bidders' ability to provide for multiple sublots and the benefits of this, to prioritise consistency and accountability throughout our infrastructure rollout.

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: £17,000,000

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 beawarded 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, withoptions to extend annually up to a maximum overall term of 8 years

two.2) Description

two.2.1) Title

Telematics

Lot No

3

two.2.2) Additional CPV code(s)

  • 32441300 - Telematics system
  • 34144900 - Electric vehicles
  • 42961000 - Command and control system
  • 64226000 - Telematics services

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 3 focuses on supporting our requirement for an appropriate telematics solution to maximise the efficiency and effective management of our fleet to ensure our frontline operations can continue to deliver for our customers. The scope of this lot includes the supply, installation, maintenance and management of a telematics solution to pull together all required data/insights i.e. vehicle utilisation, vehicle charge level/mileage range, when it's on charge, visibility of available site/public chargers. The supplier will be expected to provide solution interconnectivity between vehicle and charging data, as well as providing support and recommendations to improve the efficiency of our fleet and operations. Lot 3 will be awarded to a single supplier to ensure we have one overall view of our fleet and associated data, and facilitate integration with our operational planning team.

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: £3,000,000

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 beawarded 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, withoptions to extend annually up to a maximum overall term of 8 years


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Specified in Invitation to Tender documents

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 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: 15

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

Originally published as:

Date

6 April 2023

Local time

12:00pm

Changed to:

Date

14 April 2023

Local time

12:00pm

See the change notice.

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: 12 (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 Limited

Reading

RG1 8DB

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Thames Water Utilities Limited

Reading

RG1 8DB

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

RG1 8DB

Country

United Kingdom