Contract notice - utilities

Information

Published

Expire date: 16/02/2022

External Reference: 2022-528303

FTS Reference: 2022-001769

Contract notice - utilities

Contract notice – utilities

Services

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Cara Gaskell
Telephone: +44 01925678021
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=42570&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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42570&B=UNITEDUTILITIES
I.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Services-Framework- Lot 1 Repair of Motors & Lot 2 Repair of Variable Speed Drives
Reference number:  PRO004526
II.1.2)

Main CPV code

50532100  -  Repair and maintenance services of electric motors
II.1.3)

Type of contract

Services
II.1.4)

Short description

Motors, Drives and Variable Speed Drives are vital to United Utilities and are process critical in many Water and Wastewater treatment activities. This requirement is split in to two lots, Lot 1 Repair of Motors and Lot 2 Repair of Variable Speed Drives.
Lot 1 – Repair of Motors
The Scope of Work shall include for all services predominantly associated with repair, rewind and overhaul of Electric Motors.
Lot 2 Repair of Variable Speed Drives
The Scope of Work shall include for all services predominantly associated with repair, reassembly and testing of Variable Speed Drives.
II.1.5)

Estimated total value

Value excluding VAT: 13000000.00  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
II.2)

Description

II.2.1)

Title

Lot 1 - Repair of Motors
Lot No:  1
II.2.2)

Additional CPV code(s)

50532100  -  Repair and maintenance services of electric motors
50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
71334000  -  Mechanical and electrical engineering services
71631100  -  Machinery-inspection services
31110000  -  Electric motors
31100000  -  Electric motors, generators and transformers
71314100  -  Electrical services
71630000  -  Technical inspection and testing services
51111100  -  Installation services of electric motors
45310000  -  Electrical installation work
45315100  -  Electrical engineering installation works
31214000  -  Switchgear
II.2.3)

Place of performance

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

Description of the procurement

The Scope of Work shall include for all works predominantly associated with repair, rewind and overhaul of Electric Motors.
The scope of Services covers:
• Initial visit to site
• Provision of strip and reports to determine the reasons for equipment failure
• Loading of motors onto the transport and the transport of the motor to the place of repair if not in-situ
• Cleaning of equipment
• Rewind, repair and overhaul services
• Rewind & overhaul of Induction Motors
• Overhaul of Induction Motors
• Rewind of Brake-Motors
• Overhaul of Brake-Motors
• Stator rewinds
• Provision of re-engineered parts
• Installation & removal of Motors and associated equipment
• Repair, reassembly and testing of motor
• Inspection and testing of the motor, load testing facilities required
• Core testing and rotor bar testing as standard
• Commissioning of equipment.
• Provision of documentation and certification in accordance with the terms of this Technical Specification
• Provision of product and technical support including spare parts availability
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: 11000000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Company shall retain the options to extend this agreement in stages up to a maximum of 4 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)

Description

II.2.1)

Title

Lot 2 - Repair of Variable Speed Drives
Lot No:  2
II.2.2)

Additional CPV code(s)

50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
71334000  -  Mechanical and electrical engineering services
71631100  -  Machinery-inspection services
71314100  -  Electrical services
71630000  -  Technical inspection and testing services
45310000  -  Electrical installation work
45315100  -  Electrical engineering installation works
31214000  -  Switchgear
II.2.3)

Place of performance

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

Description of the procurement

The Scope of Work shall include for all services predominantly associated with repair, reassembly and testing of Variable Speed Drives.
The scope of Services covers:
• Initial visit to site
• Investigation to identify failure and root cause analysis.
• Repair on site would be the preferred method if applicable.
• If not possible the removal of the VSD, loading of VSD onto the transport and the transport of the VSD to the place of repair if not in-situ
• VSD, inspection and report
• Repair, reassembly and testing of VSD
• On site repair
• Transport of and off-loading of the VSD from the place of repair back to site
• Re-installation and testing of the VSD
• Provision of documentation and certification in accordance with the terms of this Technical Specification
• Provision of product and technical support including spare parts availability
• Stock of spares.
• Stock of lifecycle spares for Siemens, Schneider and ABB drives.
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: 2000000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Company shall retain the options to extend this agreement in stages up to a maximum of 4 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:  Please refer to procurement documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to procurement documents
Minimum level(s) of standards possibly required:  
Please refer to procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to procurement documents
Minimum level(s) of standards possibly required:  
Please refer to 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:  9
IV.1.8)

Information about the 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 FTS: 2022/S 000-001081
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/02/2022
Local time:  15:00
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

VI.4.2)

Body responsible for mediation procedures

United Utilities
Warrington
UK

VI.4.4)

Service from which information about the review procedure may be obtained

United Utilities
Warrington
UK