Contract notice - utilities

Information

Published

Expire date: 25/07/2022

External Reference: 2022-506844

FTS Reference: 2022-016198

Contract notice - utilities

Contract notice – utilities

Works

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Michael Jones
Telephone: +44 7901172777
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=48192&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

PRO004460-Works-Framework-Digital Services-Monitoring & Control, Design & Build
Reference number:  PRO004460
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The scope and scale of the works will vary from simple ICA (Instrumentation, Control and Automation) installations through to large complex design and build projects. The DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure. There may be a requirement to provide Engineering and Project Management capability on a resource only basis, this will be to supplement DS M&C capability in times of high demand. The high-level DS M&C requirement is therefore, to have access to a number of third party framework suppliers covering Support and Design & Build expertise, who have demonstrable experience in the competence areas as described further below. The new frameworks will drive the delivery of new DS M&C infrastructure and its associated installation, commissioning, testing and handover back to operational sites, within the required timescales of UU’ programme for delivery to UU standards.
II.1.5)

Estimated total value

Value excluding VAT: 80000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71700000  -  Monitoring and control services
II.2.3)

Place of performance

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

Description of the procurement

Works/Services -Framework-Digital Services-Monitoring & Control, Design & Build.
The scope and scale of the works will vary from simple ICA (Instrumentation, Control and Automation) installations through to large complex design and build projects. The DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure. There may, from time to time, be a requirement to provide Engineering and Project Management capability on a resource only basis, this will be to supplement DS M&C capability in times of high demand. The high-level DS M&C requirement is therefore, to have access to a number of third party framework suppliers covering Support and Design & Build expertise, who have demonstrable experience in the competence areas as described further below. The new frameworks will drive the delivery of new DS M&C infrastructure and its associated installation, commissioning, testing and handover back to operational sites, within the required timescales of United Utilities’ programme for delivery to United Utilities standards. In order to deliver the overarching DS M&C needs, there are differing levels of requirement in terms of complexity and expected associated cost. The following captures the high-level needs that have been categorised as Technical Engineering Competencies and Project Delivery and Management Competencies
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: 80000000.00  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: 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:  4
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: 2021/S 001-560543
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/07/2022
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.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK