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.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 priorities 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.1.6) Information about lots
This contract is divided into lots: Yes
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.2.11) Information about options
Options: No
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.2.11) 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.2.11) 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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-017073
Section five. Award of contract
Contract No
FA1593
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 March 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Enterprise Rent-A-Car UK Ltd
Egham
Country
United Kingdom
NUTS code
- UKI - London
Companies House
02946689
The contractor is an SME
No
Section five. Award of contract
Contract No
FA1593
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 March 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Plantexpand Ltd
Surrey
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Companies House
02194749
The contractor is an SME
Yes
Section six. Complementary information
six.3) Additional information
** Please note, this is a Contract Award Notice **
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).