Construction Contract Leads
London
Category Goods
Type
No. of Lots 5
Status Active
Published 21st Nov 2024
Reference | ocds-h6vhtk-04bda7 |
Common Procurement Vocabulary | Heavy-duty motor vehicles |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £46,000,000 |
London
Category Goods
Type
No. of Lots 5
Status Active
Published 21st Nov 2024
Reference | ocds-h6vhtk-04bda7 |
Common Procurement Vocabulary | Heavy-duty motor vehicles |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £46,000,000 |
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/epgzrJCHgg
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
HGV Supply
Reference number
FA2149
II.1.2) Main CPV code
- 34140000 - Heavy-duty motor vehicles
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT: £46,000,000
II.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
II.2) Description
II.2.1) Title
Primary Contractor - HGVs
Lot No
1a
II.2.2) Additional CPV code(s)
- 34133000 - Articulated trucks
- 34134000 - Flatbed and Tipper trucks
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole Thames Water Region
II.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.
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: £2,000,000
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
Primary Contractor - HGVs 18T+
Lot No
1b
II.2.2) Additional CPV code(s)
- 34133000 - Articulated trucks
- 34134000 - Flatbed and Tipper trucks
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole Thames Water region.
II.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.
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: £13,000,000
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
HGV Tankers
Lot No
2a
II.2.2) Additional CPV code(s)
- 34133100 - Tankers
- 34144520 - Sewage tankers
- 34223340 - Tanker trailers
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole Thames Water region
II.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.
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: £1,500,000
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
HGV Bodies & Trailers
Lot No
2b
II.2.2) Additional CPV code(s)
- 34200000 - Vehicle bodies, trailers or semi-trailers
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole Thames Water region.
II.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.
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: £1,500,000
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
HGV Leasing
Lot No
3
II.2.2) Additional CPV code(s)
- 34133000 - Articulated trucks
- 34134200 - Tipper trucks
- 34200000 - Vehicle bodies, trailers or semi-trailers
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole Thames Water region.
II.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.
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: £28,000,000
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: 19
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
10 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/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.
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)