Contract notice - utilities

Information

Published

Expire date: 14/03/2023

External Reference: 2023-575400

FTS Reference: 2023-004414

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: Dianne Taylor
Telephone: +44 7824561626
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=60180&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

Goods-DPS-Alternative Fuel HGV and Commercial Vehicles
Reference number:  PRO006410
II.1.2)

Main CPV code

34100000  -  Motor vehicles
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Company is carrying out the transition to alternative fuel vehicles for both HGV Vehicles and Commercial Vehicles including but not limited to; CNG, LNG and Electric HGV and Commercial Vehicles. This transition is playing an integral role in our strategic priority of becoming carbon net zero by 2030. The list of requirements include and are not limited to; Tankers, Tippers, Articulated Units, Cranes, Trailers, Small, Medium, Large vans, Off Road and Car Derived Vans.
II.1.5)

Estimated total value

Value excluding VAT: 90000000.00  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 Goods - Alternative Fuel HGV and specialist utility vehicles
Lot No:  1
II.2.2)

Additional CPV code(s)

34114000  -  Specialist vehicles
34131000  -  Pick-ups
34133000  -  Articulated trucks
34133100  -  Tankers
34136000  -  Vans
34139200  -  Chassis bodies
34144700  -  Utility vehicles
34144900  -  Electric vehicles
34223300  -  Trailers
34223370  -  Tipper trailers
II.2.3)

Place of performance

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

Description of the procurement

Supply of Alternative Fuelled HGV and Speciality Vehicles such as:-
Vacuum waste tanker
Potable water tanker
Heavy duty industrial vacuum machine
Bulk Tipper Bodies
Tractor unit
Cranes
Trailers
Tanker remounting
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: 45000000.00  EUR
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:
Procedure is a Dynamic Purchasing System and will be for a term of 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)

Description

II.2.1)

Title

Lot 2 Goods - Alternative Fuelled Commercial Vehicles
Lot No:  2
II.2.2)

Additional CPV code(s)

34114000  -  Specialist vehicles
34131000  -  Pick-ups
34133000  -  Articulated trucks
34133100  -  Tankers
34136000  -  Vans
34139200  -  Chassis bodies
34144700  -  Utility vehicles
34144900  -  Electric vehicles
34223300  -  Trailers
34223370  -  Tipper trailers
II.2.3)

Place of performance

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

Description of the procurement

Supply of Alternative Fuelled Commercial Vehicles such as
Long wheel based commercial vans
Medium wheel based commercial vans
Small wheel based commercial vans
Car derived vans
Off road 4x4 vehicles
Site vehicles
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: 45000000.00  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:
Procedure is a Dynamic Purchasing System and will be for a term of 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

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

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:  14/03/2023
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

Tender must be valid until:  04/04/2023

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
UK

VI.4.4)

Service from which information about the review procedure may be obtained

United Utilities
Warrington
UK