Contract notice - utilities

Information

Published

Expire date: 13/05/2022

External Reference: 2022-510636

FTS Reference: 2022-009253

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: Jennifer McIntyre
Telephone: +44 7867132949
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=45696&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

Services-Framework-Electrical Service and Repair
Reference number:  PRO004528
II.1.2)

Main CPV code

71314100  -  Electrical services
II.1.3)

Type of contract

Services
II.1.4)

Short description

United Utilities is inviting applications for companies to undertake Electrical Services and Repair on our sites throughout our area. This may include but not be limited to servicing, overhaul, repair, inspection, fault diagnosis, corrective and remedial work, alterations to circuits, replacement of equipment, also design, supply, installation, testing, commissioning and placing into service of new equipment.
The Framework will lotted in the following way:-
Lot 1 - Electrical Services and Repair North
Lot 2 - Electrical Services and Repair South
Lot 3 - Electrical Service and Repair Uninterruptible Power Supply (UPS)
Lot 4 - Electrical Service and Repair Small Panels
Lot 5 - Electrical Service and Repair of Ex Electrical Assets within DSEAR Environments
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  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

Lot 1 - Electrical Services and Repair Northces-Framework-Electrical Service and Repair
Lot No:  1
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
II.2.3)

Place of performance

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

Description of the procurement

United Utilities is inviting applications for companies to undertake Electrical Services and Repair on our sites throughout our area. This may include but not be limited to servicing, overhaul, repair, inspection, fault diagnosis, corrective and remedial work, alterations to circuits, replacement of equipment, also design, supply, installation, testing, commissioning and placing into service of new equipment which may typically include but not be limited to;
• Domestic and industrial electrical supply and distribution equipment
• Internal & external lighting
• Residual Current Devices (RCD’s)
• Laying of underground cables
• Process Equipment
• Extractor fans and air movers
• Heating, ventilation, and air conditioning
• Distribution boards
• Fuse switches, isolators and disconnectors
• Lightning Protection Inspection
Electrical Service and Repair North
Carlisle, Allerdale, Eden, Copeland, Kendal, Barrow, Lancaster, Fylde, Preston, South Ribble, Ribble Valley, Burnley, Hyndburn, Blackburn, Rossendale, Rochdale, Bury, Oldham, Tameside
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: 15000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
36 month initial term with option for extension in annual increments
II.2.9)

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

Envisaged number of candidates: 8
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2.14)

Additional information

Bidder cannot win both geographical lots
II.2)

Description

II.2.1)

Title

Lot 2 - Electrical Services and Repair South
Lot No:  2
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
II.2.3)

Place of performance

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

Description of the procurement

United Utilities is inviting applications for companies to undertake Electrical Services and Repair on our sites throughout our area. This may include but not be limited to servicing, overhaul, repair, inspection, fault diagnosis, corrective and remedial work, alterations to circuits, replacement of equipment, also design, supply, installation, testing, commissioning and placing into service of new equipment which may typically include but not be limited to;
• Domestic and industrial electrical supply and distribution equipment
• Internal & external lighting
• Residual Current Devices (RCD’s)
• Laying of underground cables
• Process Equipment
• Extractor fans and air movers
• Heating, ventilation, and air conditioning
• Distribution boards
• Fuse switches, isolators and disconnectors
• Lightning Protection Inspection
Electrical Service and Repair South
Bolton, Wigan, Manchester and Stockport, Southport, Liverpool, St Helens, Halton, Warrington, Wirral, Vale Royal, Congleton, Crewe, Macclesfield, North Shropshire and North Staffordshire.
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: 15000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
36 month initial term with option for extension in annual increments
II.2.9)

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

Envisaged number of candidates: 8
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2.14)

Additional information

Bidder cannot win both geographical lots
II.2)

Description

II.2.1)

Title

Lot 3 - Electrical Service and Repair Uninterruptible Power Supply (UPS)
Lot No:  3
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
31154000  -  Uninterruptible power supplies
II.2.3)

Place of performance

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

Description of the procurement

Electrical services and repair to uninterruptible power supply (UPS) system, which may include but not be limited to, repairs, installation, testing and calibration to;
• Rectifier
• UPS Batteries
• Inverter
• Static Bypass Switch
• AC input & output capacitors and DC capacitors
• Maintenance Bypass (capacity of 6kVA or greater)
• External Maintenance Bypass Switch
• Transient Volt Surge Suppressors (TVSS)
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: 1300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
36 month initial term with option for extension in annual increments
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2)

Description

II.2.1)

Title

Lot 4 - Electrical Service and Repair Small Panels
Lot No:  4
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
31211110  -  Control panels
II.2.3)

Place of performance

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

Description of the procurement

Electrical services and repair to small panels or panel boards divides electrical power feed into branch circuits, while providing a protective circuit breaker or fuse for each circuit, in a common enclosure. Both play a vital operating role in controlling motors and production processes;
• Free standing panels with an incomer up to 630A
• Form 4 wall mounted or free standing control panels including incomer/starter/ICA section
• Wall mounted starter panels
• Mains/Diesel generator change-over panels.
• Programmable logic controllers (PLC)
• Human Machine Interface (HMI)
• Supervisory Control And Data Acquisition (SCADA) hardware
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: 7000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
36 month initial term with option for extension in annual increments
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: 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
II.2)

Description

II.2.1)

Title

Lot 5 - Electrical Service and Repair of Ex Electrical Assets within DSEAR Environments
Lot No:  5
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
71317100  -  Fire and explosion protection and control consultancy services
II.2.3)

Place of performance

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

Description of the procurement

Electrical engineering services and repair to equipment installed in Dangerous Substances and Explosive Atmospheres (DSEAR 2002), which may include but not be limited to, repairs, installation, testing and calibration to;
• Internal and external lighting systems and equipment
• Isolators, disconnectors, start stop control stations and emergency stop push buttons
• Motors and protection sensors
• Joint boxes, cable glands and terminations
• Heating, ventilation, and air conditioning
• Extractor fans and air movers
• Flow meters
• Level sensors and control equipment
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: 11700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
36 month initial term with option for extension in annual increments
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
36 month initial term with option for extension in annual increments
II.2.10)

Information about variants

Variants will be accepted: no
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

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:  17
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/05/2022
Local time:  14:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 17/06/2022
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
WA5 3LP
UK

VI.4.4)

Service from which information about the review procedure may be obtained

United Utilitied
Warrington
WA5 3LP
UK