Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Anglian Water Services
Supply Chain Management, Thorpe Wood House, Thorpe Wood
Peterborough
PE3 6WT
UK
Contact person: David Johnston
E-mail: dJohnston@anglianwater.co.uk
NUTS: UKH
Internet address(es)
Main address: http://www.anglianwater.co.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://esourcing.scanmarket.com/publicevents/list?comId=3004&ccsum=57aa08f02740e2c172f509ae0fa4807a&type=all
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://esourcing.scanmarket.com
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
Telehandler and Excavator Maintenance
Reference number: PA-2019-0020
II.1.2) Main CPV code
50100000
II.1.3) Type of contract
Services
II.1.4) Short description
For the supply of services and goods for ad-hoc and emergency repair services and planned servicing of telehandlers, excavators and other similar vehicle plant equipment used by Anglian Water. Also for the supply of goods only in the form of parts for these vehicles and for the refurbishment of the caterpillar equipment. The current fleet is made up of caterpillar and JCB equipment and these will be divided into 2 lots. Bidders may bid to provide the services and goods for one or more lots.
The procurement will use a 2 stage request for information (RFI) and request for proposal (RFP) procedure. The RFI must be completed first and submitted by bidders, the RFP will be issued together with the RFI to all bidders that accepted the invitation to participate to this event, as 'read only'. The editable RFP shall be issued to the bidders that qualify from the RFI stage to the RFP stage.
The RFI and RFP documents can be downloaded from our e-sourcingtool 'Scanmarket'.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1, Lot 2 or Lot 1 and 2.
II.2) Description
Lot No: 1
II.2.1) Title
Caterpillar Vehicles
II.2.2) Additional CPV code(s)
50110000
II.2.3) Place of performance
NUTS code:
UKH
Main site or place of performance:
The Anglian Water region of England consisting of the geographic area detailed in Appendix 1 — Regional Map available to download from Scanmarket
II.2.4) Description of the procurement
This lot is for the supply of services and goods for ad-hoc and emergency repair services, planned servicing (500 hours or annual) and refurbishment of the caterpillar vehicles detailed within the framework agreement and pricing schedule documents as more particularly described in the specification and is also for the supply of goods separately when required in the form of parts for these vehicles.
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:
4 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2025
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement will be a renewal of the previous agreement. The initial framework agreement will be for a period of 5 years with 3 possible one year extension options, with the total term not to exceed 8 years.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract will be for a period of 5 years with three possible 1 year extension options, with the total term not to exceed 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: 2
II.2.1) Title
JCB Vehicles
II.2.2) Additional CPV code(s)
50110000
II.2.3) Place of performance
NUTS code:
UKH
Main site or place of performance:
The Anglian Water region of England consisting of the geographic area detailed in Appendix 1 — Regional Map available to download from Scanmarket.
II.2.4) Description of the procurement
This lot is for the supply of services and goods for ad-hoc and emergency repair services, planned servicing (500 hours or 6 monthly) of the JCB vehicles detailed within the framework agreement and pricing schedule documents as more particularly described in the specification and is also for the supply of goods separately when required in the form of parts for these vehicles.
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:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2025
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement will be a renewal of the previous agreement. The initial framework agreement will be for a period of 5 years with 3 possible 1 year extension options, with the total term not to exceed 8 years.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract will be for a period of 5 years with 3 possible 1-year extension options, with the total term not to exceed 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 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:
Safety Schemes In Procurement (SSIP)(membership of one of the approved schemes under this umbrella)
or
Achilles Verify B
or
OHSAS18001
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.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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/12/2019
Local time: 23:00
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Anglian Water services Ltd
Thorpe Wood House
Peterborough
PE3 6WT
UK
VI.5) Date of dispatch of this notice
19/11/2019