Contract notice - utilities

Information

Published

Expire date: 22/12/2022

External Reference: 2022-547101

FTS Reference: 2022-032082

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: Joanne Wilding
Telephone: +44 07901255860
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=55937&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-Gearbox Repair Services
Reference number:  PRO004623
II.1.2)

Main CPV code

50530000  -  Repair and maintenance services of machinery
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Scope of Work shall include for all works predominantly associated with the repair of gearboxes that are used on Company sites and throughout its Operational Area
This scope of Services covers:
• Initial visit to site
• Provision of strip and reports to determine the reasons for equipment failure
• Loading of gearboxes onto the transport and the transport of the gearbox to the place of repair if not in-situ
• Cleaning of equipment
• Repair services
• Provision of re-engineered parts
• Installation of gearboxes and associated equipment
• Repair, reassembly and testing
• Inspection and Testing
• 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.1.5)

Estimated total value

Value excluding VAT: 3200000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
51100000  -  Installation services of electrical and mechanical equipment
71334000  -  Mechanical and electrical engineering services
71630000  -  Technical inspection and testing services
71631100  -  Machinery-inspection services
II.2.3)

Place of performance

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

Description of the procurement

Gearboxes are vital to United Utilities and are process critical in many Water and Wastewater treatment activities. The Scope of Work shall include for all works predominantly associated with the repair of gearboxes that are used on Company sites and throughout its Operational Area. The gearboxes shall include, but shall not be restricted to, geared motor type gearboxes, single and double reduction worm and wheel type gearboxes, single / double / triple reduction helical geared gearboxes and single / double / triple reduction bevel geared gearboxes. The Contractor shall be expected to provide these services on a planned and reactive basis. The Contractor will be required to ensure each repair/ installation complies with the relevant British Standard Requirements for Mechanical/Electrical Installations and UU Asset Standards. It’s envisaged that the majority of activities under this scope and specification shall be carried out Monday to Friday between the hours of 08:00 & 17:00 however some emergency work outside of these hours may be required on an adhoc basis and applicants must be able to provide out of hours repair services, it is imperative that the asset is returned to service as quickly as possible. These services shall be utilised on United Utilities Water and Wastewater Treatment sites including Bioresource and Energy Services and Network pumping stations.
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: 3200000.00  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:  
Term 2+1+1+1+1+1+1
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please refer to procurement documents
III.1.6)

Deposits and guarantees required

Please refer to procurement documents
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Please refer to procurement documents
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Please refer to procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to procurement documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/12/2022
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/12/2022
Local time:  15:00

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