Contract notice - utilities

Information

Published

Expire date: 21/12/2022

External Reference: 2022-550090

FTS Reference: 2022-033286

Contract notice - utilities

Contract notice – utilities

Supplies

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Matthew Walker
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=56276&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

PRO004557 Goods-Framework-Supply of Actuators
Reference number:  PRO004557
II.1.2)

Main CPV code

31131100  -  Actuators
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The supply and delivery of electric actuators to be procured by the Company, and its Partners, for its Water, Wastewater and Bioresources asset base across process and network applications. The Kit Framework scope for actuators shall include the selection, design & manufacture, supply & delivery of, off-loading and Factory Acceptance Test (FAT) of new and replacement actuators for the operation and control of valves including penstocks. Services in support of the Framework include pre-selection assistance, after sales services & technical support including provision of information using a Building Information Modelling (BIM) approach, provision of spares, components & consumables of the actuator supplied during the actuator asset life span.
II.1.5)

Estimated total value

Value excluding VAT: 9600000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42132100  -  Valve actuators
42132110  -  Electric valve actuators
II.2.3)

Place of performance

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

Description of the procurement

The Company’s installed actuator supply base comprises of actuators using different energy sources such as electric current, hydraulic pressure and pneumatic pressure. Electric actuators contribute the largest proportion of the Company’s supply base and the principal items of the scope of supply focus on this actuator type. However, where the need relates to hydraulic and pneumatic actuators then the Terms and Conditions of this arrangement will be extended to these other types of actuator also.
The requirements for the supply and delivery of electric actuators to be procured by the Company, and its Partners, for its Water, Wastewater and Bioresources asset base across process and network applications. The Kit Framework scope for actuators shall include the selection, design & manufacture, supply & delivery of, off-loading and Factory Acceptance Test (FAT) of new and replacement actuators for the operation and control of valves including penstocks. Services in support of the Framework include pre-selection assistance, after sales services & technical support including provision of information using a Building Information Modelling (BIM) approach, provision of spares, components & consumables of the actuator supplied during the actuator asset life span.
The Kit Framework shall include the option to ‘repair and refurbish’ the actuator asset during the warranty period.
It is essential that fit for purpose actuators are selected with optimum performance and least potential whole life cost.
Other Framework services which shall include, but not be limited to, the measurement & reporting of key performance indicators around time, cost and quality via monthly reports and participation in Supplier Relationship Management (SRM) review meetings to drive continuous improvement.
Excluded from the Kit Framework scope will be disposal, hire, and refurbishment and repair services for UU Water, Wastewater and Digital Services Operations outside of the warranty period.
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: 9600000.00  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: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The length of the Framework agreements shall be for an initial two (2) years with an option to extend annually upon mutual agreement for a period of up to six (6) years, so that the potential total aggregated duration of the Framework Agreement term shall be some eight (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
II.2.14)

Additional information

Applicants should review the document named as "READ ME FIRST PRO004557'. This READ ME FIRST document has been developed to provide guidance to Applicants or interested parties that are considering or shall be intending to seek qualification for inclusion on the tender list for PRO004557 Goods-Framework-Supply of Actuators.

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

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the 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:  3
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/12/2022
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