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

Vehicle Fit-Out and Corporate Livery

  • First published: 17 February 2018
  • Last modified: 17 February 2018

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:
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
17 February 2018
Deadline date:
02 March 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The following services are covered by this requirement:

— Installation of specialist vehicle fit out racking and accessory equipment for our fleet. Both for brand new vehicles, and repairs and refurbishment on current fleet.

— Supply or manufacture all parts and materials.

— Recycling, refurbishment and repair.

— Detailed record keeping and report production.

— Technical specialist support. Project Management.

— Vehicle delivery to Thames water or 3rd party and handover.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Limited

Procurement Support Centre - 3rd Floor East, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK

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

NUTS: UKJ11

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:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vehicle Fit-Out and Corporate Livery

Reference number: FA1370

II.1.2) Main CPV code

50117000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Vehicle fit-out and corporate livery.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  GBP

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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots 1 and 2 may be combined into one and awarded to one supplier.

II.2) Description

Lot No: 1

II.2.1) Title

Vehicle Fit Out Services

II.2.2) Additional CPV code(s)

34328200

34300000

50100000

50116000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

The following services are covered by this requirement:

— Installation of specialist vehicle fit out racking and accessory equipment for our fleet. Both for brand new vehicles, and repairs and refurbishment on current fleet.

— Supply or manufacture all parts and materials.

— Recycling, refurbishment and repair.

— Detailed record keeping and report production.

— Technical specialist support. Project Management.

— Vehicle delivery to Thames water or 3rd party and handover.

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: 9 000 000.00  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:

Between 3 - 8 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 to extend 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.2.14) Additional information

Award will be made to Most Economically Advantageous Tender (MEAT).

Lot No: 2

II.2.1) Title

Corporate Livery

II.2.2) Additional CPV code(s)

34328200

34300000

50100000

50116000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

The following services are covered by this requirement:

— Application of corporate livery and labelling onto fleet vehicles.

— Supply or manufacture all parts and materials including livery decal /wrap.

— Recycling and repair.

— Detailed record keeping and report production.

— Technical specialist support. Project Management.

— Vehicle delivery to Thames Water or 3rd party and handover.

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: 3 000 000.00  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:

Any agreement awarded would be for an initial duration of 3 years with option to extend up to a maximum of 8 years. Thames Water reserves the right to award the agreement to one supplier.

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 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.2.14) Additional information

Award will be made to Most Economically Advantageous Tender (MEAT).

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 documentation.

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 the PQQ Documentation.

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 the invitation to negotiate.

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.

III.2) Conditions related to the contract

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 several operators.

Envisaged maximum number of participants to the framework agreement: 2

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.1.8) Information about 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: 02/03/2018

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

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 & 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 https://www.thameswater.co.uk/procurement

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Reading

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 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

15/02/2018

Coding

Commodity categories

ID Title Parent category
50116000 Maintenance and repair services related to specific parts of vehicles Repair and maintenance services of motor vehicles and associated equipment
34300000 Parts and accessories for vehicles and their engines Transport equipment and auxiliary products to transportation
50100000 Repair, maintenance and associated services of vehicles and related equipment Repair and maintenance services
50117000 Vehicle conversion and reconditioning services Repair and maintenance services of motor vehicles and associated equipment
34328200 Vehicle conversion kits Test benches, vehicle conversion kits and seat belts

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.