Contract notice - utilities

Information

Published

Expire date: 14/08/2023

External Reference: 2023-515120

FTS Reference: 2023-020699

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=70802&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

PRO004613-Services-Framework-Lifting Equipment Statutory Servicing, Repair and Maintenance Services
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Scope of Work shall include the Statutory Servicing of Electric Hoists and Repair and Maintenance of any equipment used for lifting and lowering loads used on Company Water and Wastewater Treatment sites including, Bioresource, Energy Services and Network pumping stations throughout its Operational Area in line with LOLER and PUWER Regulations.
II.1.5)

Estimated total value

Value excluding VAT: 4800000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50700000  -  Repair and maintenance services of building installations
71333000  -  Mechanical engineering services
II.2.3)

Place of performance

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

Description of the procurement

The Scope of Work shall include the Statutory Servicing of Electric Hoists and Repair and Maintenance of any equipment used for lifting and lowering loads used on Company Water and Wastewater Treatment sites including, Bioresource, Energy Services and Network pumping stations throughout its Operational Area in line with LOLER and PUWER Regulations.
For Electric Hoists, In order to verify that the hoists and accessories remain safe for use, and to detect and remedy any deterioration, thorough servicing is required throughout the lifetime of the equipment.
For Repair and Maintenance, lifting equipment shall include, but not restricted to any equipment used for lifting and lowering loads, including any accessories used in doing so (such as attachments to support, fix or anchor the equipment). Examples include, powered and manual chain blocks, slings, electric hoists, runway beams, cranes, eyebolts, tripods, davit systems, erectable a-frames, lifting chains, chain slings, runway trolleys, powered and manual rope hoists, powered and manual travelling girder trolleys, gantry lifting clamps, portable tripods, shear legs, davit arms and gantries also the installation of fixed, slewing jibs, wall mounted, surface pedestal and socket davit arm lifting points. The lifting accessories shall include but not be restricted to single or multi leg and endless wire rope and textile slings, bow, 'D' and grab shackles, eyebolts with links, collared eyebolts and dynamo eyebolts, single and multi-leg chain slings. The Scope of Work shall also include the permanent marking of each piece of lifting equipment and accessory with a unique 6 figure number, it’s unique figure and safe working load shall be included on each test certificate were required.
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: 4800000.00  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: 1
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Framework for 2 years with the option to extend for up to a further 6 years in 12 month increments at the Company's discretion
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

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
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:  14/08/2023
Local time:  12:00
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:  18/12/2023

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