Fleet Maintenance & Short Term Hire (Великобритания (Англия, Шотландия, Уэльс) - Тендер #42852205) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Thames Water Utilities Limited Номер конкурса: 42852205 Дата публикации: 16-06-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
| Title: | Fleet Maintenance & Short Term Hire |
| OCID: | ocds-h6vhtk-03d6b3 |
| Published by: | Thames Water Utilities Limited |
| Authority ID: | AA20727 |
| Publication Date: | 16/06/2023 |
| Deadline Date: | 04/07/2023 |
| Deadline Time: | 12:00 |
| Notice Type: | Contract Notice |
| Has Documents: | No |
| Has SPD: | No |
| Abstract: |
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. |
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
Access to the procurement documents is restricted. Further information can be obtained at:
www.thameswater.co.uk/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
Fleet Maintenance & Short Term Hire
Reference number: FA1593
II.1.2) Main CPV code50111000
II.1.3) Type of contractServices
II.1.4) Short descriptionOur 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 prioritise 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.1.5) Estimated total valueValue excluding VAT: 59 808 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 4 lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Thames Water reserves the right to award a single or multiple lots to the most suitable provider(s).
Lot No: 1
II.2.1) TitleVehicle Maintenance
II.2.2) Additional CPV code(s)34350000
50110000
II.2.3) Place of performanceNUTS code:
UKI
UKJ
Main site or place of performance:
Whole of the Thames Water Region
II.2.4) Description of the procurementLot 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.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 30 160 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years
II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitlePlant Maintenance
II.2.2) Additional CPV code(s)45259000
50511000
50530000
II.2.3) Place of performanceNUTS code:
UKI
UKJ
II.2.4) Description of the procurementLot 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.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 19 840 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years.
II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleShort Term Vehicle Hire & Mobility
II.2.2) Additional CPV code(s)34100000
60183000
II.2.3) Place of performanceNUTS code:
UKI
UKJ
II.2.4) Description of the procurementLot 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.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 9 808 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years.
II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 4
II.2.1) TitleComplete Fleet Management Service
II.2.2) Additional CPV code(s)34100000
45259000
50100000
II.2.3) Place of performanceNUTS code:
UKI
UKJ
II.2.4) Description of the procurementLot 4 is for the provision of a complete fleet management solution that includes vehicle maintenance, plant maintenance, and short-term vehicle hire. This lot is an alternative option to Lots 1, 2 and 3, allowing Thames Water the chance to understand the benefits of implementing a complete managed service for our fleet maintenance and hires, compared to awarding individual providers for the different requirements. The scope will include SMR (Service, Maintenance and Repair), Tyres, Glass, Breakdown, and Compliance for all the vehicles and plant assets in our fleet (c. 3700), as well as Fleet Administration for the vehicles in our fleet, and short- and long-term hire vehicles, and mobility solutions for our frontline employees, whilst our vehicles are off the road due to maintenance and repair. 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 4 framework agreement will be awarded to a single supplier.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 59 808 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years.
II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As detailed in section VI.3 and 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:
Specified in Invitation to Negotiate Document.
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.
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
Date: 04/07/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
Between 3 and 8 years.
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
Thames Water Utilities Limited
Reading
UK
VI.4.3) Review procedurePrecise 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).
15/06/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | procurement.support.centre@thameswater.co.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 50111000 | Fleet management, repair and maintenance services | Repair and maintenance services of motor vehicles and associated equipment |
| 60183000 | Hire of vans with driver | Hire of goods-transport vehicles with driver |
| 34100000 | Motor vehicles | Transport equipment and auxiliary products to transportation |
| 45259000 | Repair and maintenance of plant | Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry |
| 50530000 | Repair and maintenance services of machinery | Repair and maintenance services for pumps, valves, taps and metal containers and machinery |
| 50110000 | Repair and maintenance services of motor vehicles and associated equipment | Repair, maintenance and associated services of vehicles and related equipment |
| 50511000 | Repair and maintenance services of pumps | Repair and maintenance services of pumps, valves, taps and metal containers |
| 50100000 | Repair, maintenance and associated services of vehicles and related equipment | Repair and maintenance services |
| 34350000 | Tyres for heavy/light-duty vehicles | Parts and accessories for vehicles and their engines |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |