Contract notice - utilities

Information

Published

Expire date: 14/10/2021

External Reference: 2021-551056

FTS Reference: 2021-022274

Contract notice - utilities

Contract notice – utilities

Supplies

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Christine Ng
Telephone: +44 7818045768
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39478&B=UNITEDUTILITIES
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Goods-Framework-Supply & Delivery of Acoustic, Hydrophone and Lift & Shift Loggers
Reference number:  PRO004312
II.1.2)

Main CPV code

38430000  -  Detection and analysis apparatus
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

A Framework Agreement to cover the procurement of various types of Acoustic and Hydrophone Loggers (Accelerometer style Loggers combined with Core network Comms, SIMS & Cellular APN) with the functionality required to support the United Utilities Leakage Strategy.
II.1.5)

Estimated total value

Value excluding VAT: 12900000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Goods-Framework-Supply & Delivery of Acoustic, Hydrophone and Lift & Shift Loggers
Lot No:  1
II.2.2)

Additional CPV code(s)

38430000  -  Detection and analysis apparatus
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
II.2.4)

Description of the procurement

United Utilities have a number of targets, one of which is to reduce Leakage by 15%.
Data Loggers form part of our strategy to deliver that target.
This tender is for procurement of the remaining phase of the permanent Acoustic logger installation program as well as the procurement of Lift and Shift style acoustic loggers.
An initial 72,000 permanent loggers have been installed onto the network and are being used to reduce the company’s leakage levels. This tender will cover the potential to install up to a further 30,000 permanent loggers which will be made up of either accelerometer or hydrophone loggers.
It is anticipated that the split will be 80/20 in favour of the accelerometer style logger. Although this may change dependent on the selected DMA’s that require logging.
This tender will also cover the replacement of the loggers contained within the companies Lift & Shift fleet which currently totals around 2100 loggers.
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: 1290000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The term will be for an initial 3 years, and include an additional 5 optional years, in increments to be determined at United Utilities discretion.
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:  Please refer to procurement documents
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 procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
IV.1.8)

Information about the 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:  12/10/2021
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK