Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

London

Category Goods

Type

No. of Lots 2

Status Active

Published 18th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b768
Common Procurement VocabularyPumps
Procurement MethodNegotiated procedure with prior call for competition
Value£147,000,000
More Tenders »

London

Category Goods

Type

No. of Lots 2

Status Active

Published 18th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b768
Common Procurement VocabularyPumps
Procurement MethodNegotiated 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

Email

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

https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA1556PlantHireEquipment

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)