Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
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 to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fleet Maintenance & Short Term Hire
Reference number
FA1593
two.1.2) Main CPV code
- 50111000 - Fleet management, repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Our fleet is a vital resource in us delivering life's essential service to our customers, and so maintaining it successfully is crucial to keeping our frontline operation working. We believe there is an opportunity to improve the efficiency of our fleet and maximise the benefit to our operations, by introducing new innovations and ways of working across our fleet maintenance and management. We are keen to evaluate different fleet management models to ensure we implement the most efficient and beneficial solution, and prioritise accountability across our fleet. Thames Water intends to award either individual Framework Agreements for Vehicle Maintenance, Plant Maintenance, and Short Term Vehicle Hire, or a single Framework Agreement for a Complete Fleet Management Service that combines all the individual aspects.
two.1.5) Estimated total value
Value excluding VAT: £59,808,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 3
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
Vehicle Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 34350000 - Tyres for heavy/light-duty vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
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 1 is for the provision of SMR (Service, Maintenance and Repair), Tyres, Glass, Breakdown, Compliance, and Fleet Administration for all the vehicles in our fleet (c. 2700), including cars, vans, 4x4s, HGV, and ancillary equipment. Our fleet currently only consists of ICE (Internal Combustion Engine) vehicles, however we will actively start introducing EV (Electric Vehicles) into our fleet from late 2024 (for LCVs (light commercial vehicles) only). Alternative Fuel Vehicles will be considered for HGV and plant at a later date. The Lot 1 framework agreement 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: £30,160,000
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
Plant Maintenance
Lot No
2
two.2.2) Additional CPV code(s)
- 45259000 - Repair and maintenance of plant
- 50511000 - Repair and maintenance services of pumps
- 50530000 - Repair and maintenance services of machinery
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 2 is for the provision of SMR (Service, Maintenance and Repair), Tyres, Glass, Breakdown, and Compliance for all the plant assets in our fleet (c. 1000), including pumps, trailers, excavators, generators, etc. Our fleet currently only consists of ICE (Internal Combustion Engine) plant assets, but we will look to consider Alternative Fuel options at a later date. The Lot 2 framework agreement 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: £19,840,000
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
Short Term Vehicle Hire & Mobility
Lot No
3
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
- 60183000 - Hire of vans with driver
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 3 is for the provision of short- and long-term hire vehicles, including cars, vans, 4x4s, and HGVs, as well as mobility solutions for our frontline employees, whilst our c. 2500 road-going fleet vehicles are off the road due to maintenance and repair throughout the year. The Lot 3 framework agreement 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: £9,808,000
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
Complete Fleet Management Service
Lot No
4
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
- 45259000 - Repair and maintenance of plant
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 4 is for the provision of a complete fleet management solution that includes vehicle maintenance, plant maintenance, and short-term vehicle hire. This lot is an alternative option to Lots 1, 2 and 3, allowing Thames Water the chance to understand the benefits of implementing a complete managed service for our fleet maintenance and hires, compared to awarding individual providers for the different requirements. The scope will include SMR (Service, Maintenance and Repair), Tyres, Glass, Breakdown, and Compliance for all the vehicles and plant assets in our fleet (c. 3700), as well as Fleet Administration for the vehicles in our fleet, and short- and long-term hire vehicles, and mobility solutions for our frontline employees, whilst our vehicles are off the road due to maintenance and repair. Our fleet currently only consists of ICE (Internal Combustion Engine) vehicles, however we will actively start introducing EV (Electric Vehicles) into our fleet from late 2024 (for LCVs (light commercial vehicles) only). Alternative Fuel Vehicles will be considered for HGV and plant at a later date. The Lot 4 framework agreement 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: £59,808,000
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.
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 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 Negotiate Document.
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: 3
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
4 July 2023
Local time
12:00pm
Changed to:
Date
11 July 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: 6 (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 contract 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.
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Thames Water Utilities Limited 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 (SI 2016 No 274) 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).