Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Office and Janitorial Products

  • First published: 05 August 2023
  • Last modified: 05 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ed09
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
05 August 2023
Deadline date:
21 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Thames Water Utilities Limited is the UK's largest water and wastewater services provider employing over 6,500 people and serving 15 million customers - approximately 22% of the England and Wales population.

Thames Water Utilities Limited are seeking to award a single supplier to supply and deliver office supplies, and Janitorial Products to over 200 sites across Thames Valley and London. The scope does not include office furniture, printing services and IT equipment.

We are looking to partner with a supplier who supports in delivering value for money through analysis of spend trends, standardization and require a supplier who will collaborate with Thames Water making recommendations for improvement and optimisation. Thames Water will also look at environmental products being recommended as alternatives when purchasing products on catalogue. Thames Water will require the supplier to offer easy ordering solutions for our end-users via SAP punch-out and online ordering portals.

Thames Water would also require a supplier who has the capabilities and systems to help eliminate non-complaint spend, offer data led reporting and insight to help Thames Water identify cost savings, identify high "spenders", rationalize the core-list of products, and identify sustainability drivers.

In 2022 we placed over 4000 orders, therefore it is a mandatory requirement that we are able to purchase products via punch-out catalogue. We will be looking for the supplier to provide great service, with delivery within 2 days on core list items.

We want to work with a Service Provider that shares our values, immerses itself in our challenges, strategy and industry and which, using this deep understanding, will help us to deliver our goals and objectives for this contract.

The scope of this agreement will be to:

• To supply a range of stationery, office supplies and janitorial products (excluding office furniture and IT equipment) which will be used by the Thames Water staff during their normal duties and to be delivered across the whole of our operating region, including over 200 Thames Water sites cooperate offices and operational sites.

• To offer easy ordering solutions for our end-users via SAP punch-out and online ordering portals.

• Provide a core offering of both Branded and own-brand, and environmentally-friendly products.

• Assist Thames Water to minimise off-core list purchases.

• Assist Thames Water in transitioning to scheduled delivery days during the life of the contact.

• Offer data lead reporting and insight to help Thames Water identify cost savings, identify high "spenders", and identify sustainability drivers.

• Provide reports on ESG activities to Thames Water so we can provide ESG reports to stakeholders.

• The ability to offer the collection of Ink cartages and items to close the loop of purchasing and waste management.

• Thames Water aims to have 70% of all items purchased through the "core" list, therefore the supplier must be able to encourage and control TW operatives to purchase through the core list of products.

The service provider will ensure that deliveries are free irrespective of quantity on all items purchased across the Thames Water region and will deliver all "core" products within 2 working days. All-carriage shall be free-of-charge with no charge for any administration.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

02366661

RG1 8DB

Reading

RG18DB

UK

Contact person: Thames Water

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: https://www.thameswater.co.uk/

I.2) 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://www.thameswater.co.uk/about-us/our-suppliers/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Office and Janitorial Products

Reference number: FA2047

II.1.2) Main CPV code

30192000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Thames Water Utilities Limited are seeking to award a single supplier to supply and deliver office supplies, and Janitorial Products to over 200 sites across Thames Valley and London. The scope does not include office furniture, printing services and IT equipment.

We are looking to partner with a supplier who supports in delivering value for money through analysis of spend trends, standardization and require a supplier who will collaborate with Thames Water making recommendations for improvement and optimisation. Thames Water will also look at environmental products being recommended as alternatives when purchasing products on catalogue. Thames Water will require the supplier to offer easy ordering solutions for our end-users via SAP punch-out and online ordering portals.

Thames Water would also require a supplier who has the capabilities and systems to help eliminate non-complaint spend, offer data led reporting and insight to help Thames Water identify cost savings, identify high "spenders", rationalize the core-list of products, and identify sustainability drivers.

II.1.5) Estimated total value

Value excluding VAT: 3 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

30197000

30199000

39800000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of Thames Water region.

II.2.4) Description of the procurement

Thames Water Utilities Limited is the UK's largest water and wastewater services provider employing over 6,500 people and serving 15 million customers - approximately 22% of the England and Wales population.

Thames Water Utilities Limited are seeking to award a single supplier to supply and deliver office supplies, and Janitorial Products to over 200 sites across Thames Valley and London. The scope does not include office furniture, printing services and IT equipment.

We are looking to partner with a supplier who supports in delivering value for money through analysis of spend trends, standardization and require a supplier who will collaborate with Thames Water making recommendations for improvement and optimisation. Thames Water will also look at environmental products being recommended as alternatives when purchasing products on catalogue. Thames Water will require the supplier to offer easy ordering solutions for our end-users via SAP punch-out and online ordering portals.

Thames Water would also require a supplier who has the capabilities and systems to help eliminate non-complaint spend, offer data led reporting and insight to help Thames Water identify cost savings, identify high "spenders", rationalize the core-list of products, and identify sustainability drivers.

In 2022 we placed over 4000 orders, therefore it is a mandatory requirement that we are able to purchase products via punch-out catalogue. We will be looking for the supplier to provide great service, with delivery within 2 days on core list items.

We want to work with a Service Provider that shares our values, immerses itself in our challenges, strategy and industry and which, using this deep understanding, will help us to deliver our goals and objectives for this contract.

The scope of this agreement will be to:

• To supply a range of stationery, office supplies and janitorial products (excluding office furniture and IT equipment) which will be used by the Thames Water staff during their normal duties and to be delivered across the whole of our operating region, including over 200 Thames Water sites cooperate offices and operational sites.

• To offer easy ordering solutions for our end-users via SAP punch-out and online ordering portals.

• Provide a core offering of both Branded and own-brand, and environmentally-friendly products.

• Assist Thames Water to minimise off-core list purchases.

• Assist Thames Water in transitioning to scheduled delivery days during the life of the contact.

• Offer data lead reporting and insight to help Thames Water identify cost savings, identify high "spenders", and identify sustainability drivers.

• Provide reports on ESG activities to Thames Water so we can provide ESG reports to stakeholders.

• The ability to offer the collection of Ink cartages and items to close the loop of purchasing and waste management.

• Thames Water aims to have 70% of all items purchased through the "core" list, therefore the supplier must be able to encourage and control TW operatives to purchase through the core list of products.

The service provider will ensure that deliveries are free irrespective of quantity on all items purchased across the Thames Water region and will deliver all "core" products within 2 working days. All-carriage shall be free-of-charge with no charge for any administration.

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: 3 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

Any agreement awarded would be for an initial duration of 3 years with options for Thames Water Utilities Limited to extend annually up to a maximum of 6 years.

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 for Thames Water Utilities Limited to extend annually up to a maximum of 6 years.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

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) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the ITN.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with 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 with a single operator.

IV.1.4) Information about 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.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

Thames Water reserve the right to conduct an e-auction.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/08/2023

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

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 (www.thameswater.co.uk/procurement)

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 (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

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.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Head Office

Reading

RG1 8DB

UK

E-mail: procurement.support.centre@thameswater.co.uk

Internet address(es)

URL: https://www.thameswater.co.uk/

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 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 (SI 2016 No 274) 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.5) Date of dispatch of this notice

04/08/2023

Coding

Commodity categories

ID Title Parent category
39800000 Cleaning and polishing products Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
30192000 Office supplies Various office equipment and supplies
30199000 Paper stationery and other items Various office equipment and supplies
30197000 Small office equipment Various office equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.