Contract notice - utilities

Information

Published

Expire date: 15/08/2025

External Reference: 2022-525113

FTS Reference: 2022-019942

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: Robbie Kerr
Telephone: +44 78810233590
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=50759&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-DPS-Process Instrumentation Support Services
Reference number:  PRO004649
II.1.2)

Main CPV code

50410000  -  Repair and maintenance services of measuring, testing and checking apparatus
II.1.3)

Type of contract

Services
II.1.4)

Short description

United Utilities are releasing a Dynamic Purchasing System (DPS) to fulfil all requirements relating to the 3rd party provision of Process Instrumentation Services across the Company’s estate. The Company operates an extensive range of asset types and manufacturers that requires a varied and flexible supply chain to support Company Personnel in the event of a competency or capacity shortfall. All aspects of Instrumentation Services shall be within scope of this procurement, including but not limited to: servicing, repair, calibration, verification and commissioning. This DPS shall serve as the only route for 3rd party unsupported Services (i.e. Services with no CDM Regulations) in the Instrumentation category.
II.1.5)

Estimated total value

Value excluding VAT: 9800000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31682210  -  Instrumentation and control equipment
38400000  -  Instruments for checking physical characteristics
38420000  -  Instruments for measuring flow, level and pressure of liquids and gases
38810000  -  Industrial process control equipment
50433000  -  Calibration services
II.2.3)

Place of performance

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

Description of the procurement

A DPS has been selected to enable each scope of Services to reflect the changing requirements of the business, selecting the most appropriate Contractor for the specific work package by using targeted specifications. The scope of Services of each requirement may include any aspect of reactive repair or planned maintenance of Instrumentation across the Company’s treatment facilities. This will potentially include all Instrument EGI classes and any form of maintenance, typically: servicing, calibration, verification, repair and commissioning.
Each Individual Contract shall be released through a single Lot, meaning every Contractor who has passed to Stage 2 shall be notified of the requirement. In order to provide an indication of the type of Services that shall be put to competition through this DPS, the four primary areas of Services have been detailed below.
• Repair Services: reactive Services to repair or refurbish Instruments.
• Specialist Equipment Services: completion of Services on asset classes where Company Personnel do not possess the required competencies.
• Supplementary Services: auxiliary Services resulting from Company resource gaps.
• Project Services: initiatives that require short term additional resource that cannot be met internally.
In order to maximise the flexibility of the DPS, each Contract Award shall vary in duration, ranging from a single scope of activity (e.g. 10 flowmeter calibrations at Ulpha WTW) up to 24 month ‘mini-frameworks’ (e.g. 24 month reactive repair of flowmeters in Wastewater North).
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: 9800000.00  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:
Contract to run for a minimum of 3 years with annual optional extensions up to 8 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

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system
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:  18/08/2022
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.4.4)

Service from which information about the review procedure may be obtained

United Utilities Water Limited
Warrington
UK