Tender

HGV Supply

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-037674

Procurement identifier (OCID): ocds-h6vhtk-04bda7

Published 21 November 2024, 2:38pm



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/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://forms.office.com/e/epgzrJCHgg

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2149HGVLeasing

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

HGV Supply

Reference number

FA2149

two.1.2) Main CPV code

  • 34140000 - Heavy-duty motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Thames Water intends to award Framework Agreement(s) for the supply Heavy Goods Vehicles (HGVs) that are used across both our waste and clean water operations.

The scope will include rigids, artics, clean water tankers, waste tankers, tippers, trailers, curtainsiders, dropsides, beavertails, etc, and will cover any current vehicle specs we have in our HGV fleet, along with any alternative specs we might want over the life of the agreement, including electric and alternative-fuel options.

The framework will be split into lots to cover the different vehicle types, as well as purchase and lease options. Each Lot will be awarded to multiple suppliers, with mini competitions then run for each order between all the successful suppliers on the framework agreement for the different vehicle requirements.

Our key priority is to minimise VOR and operational downtime to limit any impact to our customers.

two.1.5) Estimated total value

Value excluding VAT: £46,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

two.2) Description

two.2.1) Title

Primary Contractor - HGVs

Lot No

1a

two.2.2) Additional CPV code(s)

  • 34133000 - Articulated trucks
  • 34134000 - Flatbed and Tipper trucks

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

The whole Thames Water Region

two.2.4) Description of the procurement

Lot 1a covers the purchase of HGVs below 18T, including rigid trucks and the required tanker or body/trailer (including clean water tankers, waste tankers, tippers, trailers, curtainsiders, dropsides, beavertails, etc).

Lot 1a will be awarded to multiple suppliers, with mini competitions then run for each order between all the successful suppliers on the framework agreement for the different vehicle requirements.

The successful supplier from each mini competition shall act as the primary contractor to supply the complete vehicle, manage the entire order and build process, liaise with the awarded suppliers from Lots 2a or 2b, manage all communications to Thames Water, deliver the complete vehicle, and provide an R&M package where required.

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: £2,000,000

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 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

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) Description

two.2.1) Title

Primary Contractor - HGVs 18T+

Lot No

1b

two.2.2) Additional CPV code(s)

  • 34133000 - Articulated trucks
  • 34134000 - Flatbed and Tipper trucks

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

The whole Thames Water region.

two.2.4) Description of the procurement

Lot 1b covers the purchase of HGVs 18T and above, including rigid trucks, articulated tractor units and the required tanker or body/trailer (including clean water tankers, waste tankers, tippers, trailers, curtainsiders, dropsides, beavertails, etc).

Lot 1b will be awarded to multiple suppliers, with mini competitions then run for each order between all the successful suppliers on the framework agreement for the different vehicle requirements.

The successful supplier from each mini competition shall act as the primary contractor to supply the complete vehicle, manage the entire order and build process, liaise with the awarded suppliers from Lots 2a or 2b, manage all communications to Thames Water, deliver the complete vehicle, and provide an R&M package where required.

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: £13,000,000

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 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

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) Description

two.2.1) Title

HGV Tankers

Lot No

2a

two.2.2) Additional CPV code(s)

  • 34133100 - Tankers
  • 34144520 - Sewage tankers
  • 34223340 - Tanker trailers

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

The whole Thames Water region

two.2.4) Description of the procurement

Lot 2a covers the supply of tankers (including clean water tankers and waste tankers) to either the awarded suppliers from Lots 1a or 1b (where they are acting as primary contractor), or to Thames Water directly (for any standalone requirements where no chassis or Lot 1a or 1b supplier is required).

Lot 2a will be awarded to multiple suppliers, with mini competitions then run for each order between all the successful suppliers on the framework agreement for the different vehicle requirements.

The successful supplier from each mini competition shall supply the required tanker, liaise with the awarded suppliers from Lots 1a or 1b, deliver the completed tanker, and provide an R&M package where required.

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

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) Description

two.2.1) Title

HGV Bodies & Trailers

Lot No

2b

two.2.2) Additional CPV code(s)

  • 34200000 - Vehicle bodies, trailers or semi-trailers

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

The whole Thames Water region.

two.2.4) Description of the procurement

Lot 2b covers the supply of bodies or trailers (including tippers, trailers, curtainsiders, dropsides, beavertails, etc) to either the awarded suppliers from Lots 1a or 1b (where they are acting as primary contractor), or to Thames Water directly (for any standalone requirements where no chassis or Lot 1a or 1b supplier is required).

Lot 2b will be awarded to multiple suppliers, with mini competitions then run for each order between all the successful suppliers on the framework agreement for the different vehicle requirements.

The successful supplier from each mini competition shall supply the required body or trailer, liaise with the awarded suppliers from Lots 1a or 1b, deliver the completed body or trailer, and provide an R&M package where required.

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

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) Description

two.2.1) Title

HGV Leasing

Lot No

3

two.2.2) Additional CPV code(s)

  • 34133000 - Articulated trucks
  • 34134200 - Tipper trucks
  • 34200000 - Vehicle bodies, trailers or semi-trailers

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

The whole Thames Water region.

two.2.4) Description of the procurement

Lot 3 covers the lease of any HGVs, including rigid trucks, articulated tractor units and the required tanker or body/trailer (including clean water tankers, waste tankers, tippers, trailers, curtainsiders, dropsides, beavertails, etc).

Lot 3 will be awarded to multiple suppliers, with mini competitions then run for each order between all the successful suppliers on the framework agreement for the different vehicle requirements.

The successful supplier from each mini competition shall supply the complete vehicle on an agreed lease term, manage the entire order and build process, manage all communications to Thames Water, deliver the complete vehicle, and provide an R&M package where required.

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: £28,000,000

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 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

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.


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: 19

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

Date

10 December 2024

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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 https://forms.office.com/e/epgzrJCHgg .

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. To complete the PQQ you will need to login to the project SharePoint site.

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.

Note on Estimated Contract Values:

All values shown are estimates only and have no binding on the total contract value that materialises under the provision of each service.

Any bidder that passes the PQQ pass/fail questions will be taken through to ITN.

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 of information on the reward of the contract is communicated to tenderers. That notification will provide full information on the reward 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 at risk of harm by a breach of the rules to take action in the High Court (England, Wales, and Northern Ireland)