Tender

Fleet Maintenance & Short Term Hire

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-017073

Procurement identifier (OCID): ocds-h6vhtk-03d6b3

Published 15 June 2023, 3:47pm



The closing date and time has been changed to:

11 July 2023, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

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

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 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).