web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Reading: Supply of Fleet Vehicles

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-005576/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Mixed global and partial bid

Contract notice
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: THAMES WATER UTILITIES LIMITED
Town: Reading
Postal code: RG1 8DB
Country: United Kingdom
Contact Person: Thames Water
Email: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk

I.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
electronically via:www.thameswater.co.uk/procurement
I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Supply of Fleet Vehicles
Reference number: FA1692
II.1.2) Main CPV code: 34100000
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
Thames Water intends to award a Framework Agreement(s) for the provision of motor vehicles for our commercial fleet, which currently consists of c.2000 vehicles in total. The scope will cover all variations of Light Commercial Vehicles (LCVs) and 4x4s. The aim of the agreement is to source suppliers to cover our current fleet requirements for Internal Combustion Engine (ICE) vehicles, and to cover our upcoming transition to Electric/Alternative fuel vehicles, therefore playing an integral role in our strategic priority of becoming carbon net zero by 2030

II.1.5) Estimated total value
Value excluding VAT: 48000000 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted for maximum number of lots:2
Maximum number of lots that may be awarded to one tenderer:2
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).

II.2) Description
II.2.1) Title: Internal Combustion Engine (ICE) Vehicles

Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 34131000
Main CPV code: 34136000

II.2.3) Place of performance
Nuts code: Main site or place of performance:
Whole of Thames Water region

II.2.4) Description of the procurement:
Lot 1 is for the provision of ICE (Internal Combustion Engine) vehicles (LCVs and 4x4s) to be purchased outright from the successful supplier. Lot 1 will be awarded to a single supplier.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 24000000 Currency: GBP
II.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

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:10
II.2.10) Information about variants
Variants will be accepted:yes
II.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.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Electric & Alternative Fuel Vehicles

Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 34131000
Main CPV code: 34136000
Main CPV code: 34144900

II.2.3) Place of performance
Nuts code: Main site or place of performance:
Whole of Thames Water region

II.2.4) Description of the procurement:
Lot 2 is for the provision of Electric and Alternative Fuel Vehicles, which will be leased during the initial term, with the expectation that we can choose to purchase at the end of the lease term if required, or to purchase additional EV requirements outright in future, dependent on development of the EV market.
Lot 2 will be awarded to multiple suppliers.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 24000000 Currency: GBP
II.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.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:10
II.2.10) Information about variants
Variants will be accepted:yes
II.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.
This agreement will include options for the lease or outright purchase of electric and/or alternative fuel vehicles.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:As detailed in the PQQ

III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.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

III.1.6) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the ITN.

III.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 any award.

III.2.2) Contract performance conditions:
Consortia may be required to form a legal entity prior to any award.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.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:5
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2022-03-21 Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:yes
Estimated timing for further notices to be published:Between 3 and 8 years

VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
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.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom

VI.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)

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2022-03-01