Construction Contract Leads
London
Category Goods
Type
No. of Lots 2
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04b768 |
Common Procurement Vocabulary | Pumps |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £147,000,000 |
London
Category Goods
Type
No. of Lots 2
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04b768 |
Common Procurement Vocabulary | Pumps |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £147,000,000 |
Section I: Contracting entity
I.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre [at] thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
https://www.thameswater.co.uk/
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://forms.office.com/e/GKpzjmgjJb
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Plant Hire
Reference number
FA1556
II.1.2) Main CPV code
- 42122000 - Pumps
II.1.3) Type of contract
Supplies
II.1.4) Short description
Thames Water intends to award Framework Agreement(s) for the hire of equipment that is crucial to our operation and us delivering life's essential service to our customers. Equipment to be hired includes: plant machinery, pumps, generators, lighting, access equipment, temporary fencing, trackway, welfare units/toilets, etc.
The framework will be used by operational teams across our business, both for reactive incidents and planned maintenance. Our key priorities and expectations for this agreement include minimising operational downtime and customer impact, maximising our visibility and control of hire activity across the business, identifying efficiency opportunities through a collaborative supplier relationship and focus on continuous improvement.
II.1.5) Estimated total value
Value excluding VAT: £147,000,000
II.1.6) Information about lots
This 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
II.2) Description
II.2.1) Title
Managed Service - General Plant & Pump Hire
Lot No
1
II.2.2) Additional CPV code(s)
- 31120000 - Generators
- 42122000 - Pumps
- 43134100 - Submersible pumps
- 44510000 - Tools
II.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
II.2.4) Description of the procurement
Lot 1 covers the majority of our hire equipment needs, including pumps (2-12" waste and clean water pumps, including commissioning where needed), generators, lighting, access equipment, temporary fencing, trackway, welfare units/toilets, etc. It will be used across the business for both reactive incidents and planned maintenance.
Our expectations from this Lot include: seamless provision of a range of hire equipment with clear accountability for SLAs, a single point of contact and ease of management, a live dashboard to provide a complete view of all hires, and making it easier to pull insights and identify efficiency opportunities, proactive and collaborative relationship focused on continuous improvement.
The Lot 1 framework agreement will be awarded to a single supplier.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £123,000,000
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
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) Description
II.2.1) Title
Plant Hire (Operated & Self Drive)
Lot No
2
II.2.2) Additional CPV code(s)
- 43200000 - Earthmoving and excavating machinery, and associated parts
- 43300000 - Construction machinery and equipment
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
II.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
II.2.4) Description of the procurement
Lot 2 covers the hire of operated and self-drive plant machinery, including excavators, loaders, telehandlers, dumpers, rollers, etc. It will be used across the business but will mainly be used by Repair & Maintenance teams for planned works.
Our expectations from this Lot include: direct provision of standalone requirements that don't need to coordinate with other equipment, skilled operators and training opportunities for employees, a live dashboard to provide insights and identify efficiency opportunities, proactive and collaborative relationship focused on continuous improvement.
The Lot 2 framework agreement will be awarded to a single supplier.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £24,000,000
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
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
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 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
Specified in Invitation to Negotiate Document.
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 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: 2
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
9 December 2024
Local time
10:00am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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 contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 https://forms.office.com/e/GKpzjmgjJb .
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.
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom
VI.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)