Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
THAMES WATER UTILITIES LIMITED
02366661
Reading
RG18DB
UK
Contact person: Thames Water
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: www.thameswater.co.uk
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fleet Maintenance & Short Term Hire
Reference number: FA1593
II.1.2) Main CPV code
50111000
II.1.3) Type of contract
Services
II.1.4) Short description
Our fleet is a vital resource in us delivering life's essential service to our customers, and so maintaining it successfully is crucial to keeping our frontline operation working. We believe there is an opportunity to improve the efficiency of our fleet and maximise the benefit to our operations, by introducing new innovations and ways of working across our fleet maintenance and management. We are keen to evaluate different fleet management models to ensure we implement the most efficient and beneficial solution, and priorities accountability across our fleet. Thames Water intends to award either individual Framework Agreements for Vehicle Maintenance, Plant Maintenance, and Short Term Vehicle Hire, or a single Framework Agreement for a Complete Fleet Management Service that combines all the individual aspects.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
/ Highest offer:
II.2) Description
Lot No: 1
II.2.1) Title
Vehicle Maintenance
II.2.2) Additional CPV code(s)
34350000
50110000
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
Lot 1 is for the provision of SMR (Service, Maintenance and Repair), Tyres, Glass, Breakdown, Compliance, and Fleet Administration for all the vehicles in our fleet (c. 2700), including cars, vans, 4x4s, HGV, and ancillary equipment. Our fleet currently only consists of ICE (Internal Combustion Engine) vehicles, however we will actively start introducing EV (Electric Vehicles) into our fleet from late 2024 (for LCVs (light commercial vehicles) only). Alternative Fuel Vehicles will be considered for HGV and plant at a later date. The Lot 1 framework agreement will be awarded to a single supplier.
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Plant Maintenance
II.2.2) Additional CPV code(s)
45259000
50511000
50530000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
II.2.4) Description of the procurement
Lot 2 is for the provision of SMR (Service, Maintenance and Repair), Tyres, Glass, Breakdown, and Compliance for all the plant assets in our fleet (c. 1000), including pumps, trailers, excavators, generators, etc. Our fleet currently only consists of ICE (Internal Combustion Engine) plant assets, but we will look to consider Alternative Fuel options at a later date. The Lot 2 framework agreement will be awarded to a single supplier.
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 annually 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
Lot No: 3
II.2.1) Title
Short Term Vehicle Hire & Mobility
II.2.2) Additional CPV code(s)
34100000
60183000
II.2.3) Place of performance
NUTS code:
UKI
UKJ
II.2.4) Description of the procurement
Lot 3 is for the provision of short- and long-term hire vehicles, including cars, vans, 4x4s, and HGVs, as well as mobility solutions for our frontline employees, whilst our c. 2500 road-going fleet vehicles are off the road due to maintenance and repair throughout the year. The Lot 3 framework agreement will be awarded to a single supplier.
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 annually 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-017073
Section V: Award of contract
Contract No: FA1593
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Enterprise Rent-A-Car UK Ltd
02946689
Egham
UK
NUTS: UKI
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: FA1593
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2024
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Plantexpand Ltd
02194749
Surrey
UK
NUTS: UKJ2
The contractor is an SME:
Yes
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
** Please note, this is a Contract Award Notice **
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 (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
13/06/2024