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