Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
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