Contract notice - utilities

Information

Published

Date of dispatch of this notice: 24/03/2016

Expire date: 03/05/2016

External Reference: 2016-720654

TED Reference: 2016/S 061-106034

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

United Utilities Water Ltd
02366678
Lingley Mere Business Park
WA5 3LP  Warrington
UK
Contact point(s): Paula Lonsdale
For the attention of: Paula Lonsdale
Telephone: +44 1925678071
E-mail: paula.lonsdale@uuplc.co.uk
Internet address(es):
General address of the contracting entity: http://www.unitedutilities.com
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/43984
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14912&B=UNITEDUTILITIES
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Water
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

Generator Requirements

Lot 1 - Hire of Mobile Generators

Lot 2 - Service & repair of fixed and mobile diesel generators and associated equipment.

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    Warrington

    NUTS code
    NORTH WEST (ENGLAND)
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    maximum number of participants to the framework agreement envisaged: 2
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  3000000  and 3500000  GBP
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    Lot 1 - Hire of Mobile Generators

    The scope of service is to cover the hire of all types of generators and associated equipment, used extensively throughout the Company’s Operational Areas.

    Lot 2 - Service and Repair of Fixed and Mobile Diesel Generators and Associated Equipment

    The scope of services shall include for all service, repair and overhaul including upgrade requirements of fixed and mobile diesel generators and associated equipment that are located throughout the Company’s operational areas.

    There will be one Framework Agreement awarded for each Lot.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    31120000   Generators
    Supplementary vocabulary
    50532300   Repair and maintenance services of generators
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Information about lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Lot 1 – Generator Hire

    The Scope is to cover the Hire of all types of Generators and associated equipment, used extensively throughout United Utilities Operational Areas. The size of the Generators will normally range from 25 Kva up to and including 1250 Kva, but may be outside of this range. Occasionally generators may need to be parallel connected and synchronised when the load requirements cannot be met by one set. The size required shall be determined on a job by job basis subject to load requirements.

    The Hire shall also include for the provision cables of various lengths, switchgear and connections to match the loading and site requirements. All generator installations must comply with the with BS 7671 section 717 mobile or transportable units. The mobilisation, demobilisation, Transport, loading and unloading of all equipment will also be a major part of the services required and to further support this framework there shall be a requirement for a fuel management services to be provided as required.

    The requirements shall be provided for both planned & reactive 365 day – 24 hour seven days a week.

    Lot 2 – Generator Service, Repair and Overhaul

    The Scope is to cover the servicing, repair and overhaul of fixed and mobile Generators and associated equipment including control and protection systems, fuel system and storage located at various Company sites throughout United Utilities Operational Areas. Each service will shall include a load test. The sizes of generators covered by this Agreement may range from less than 10kva up to 6550kva for the larger works.

    The generators are classified in two categories

    A) Emergency Standby

    B) Peak Lopping (Tariff avoidance – Demand Response initiatives).

    All generators are critical to enable the continuous running of plant in the event of a power failure. .

    Generators and associated equipment used on Company sites will vary in size, weight and complexity, it is the Suppliers responsibility to familiarise themselves with the equipment and operational methods used when carrying out any work on this equipment. It shall also be the Suppliers responsibility to provide all specialist tools and carry the necessary Critical and operational spares and consumables to ensure these activities are completed effectively and efficiently.

    Services may be carried out at Company sites or the Suppliers own workshops, and shall include collection, delivery and transport services

    The Supplier shall provide this service on a planned and reactive 365 day – 24 hour seven days a week basis.

    Estimated cost excluding VAT
    Range: between  3000000  and 3500000  GBP
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    The term of the Agreement(s) will be 4 years with the option to extend for a further 4 years.

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Information about lots

    Lot No: 1  Lot title: Hire of Mobile Generators and associated equipment
    1)

    Short description:

    The scope of service is to cover the hire of all types of generators and associated equipment, used extensively throughout the Company’s Operational Areas.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    31120000   Generators
    3)

    Quantity or scope:

    The size of the Generators will normally range from 25 Kva up to and including 1250 Kva, but may be outside of this range. Occasionally generators may need to be parallel connected and synchronised when the load requirements cannot be met by one set. The size required shall be determined on a job by job basis subject to load requirements. Generators shall have remote monitoring as requested.

    The Hire shall also include for the provision cables of various lengths, switchgear and connections to match the loading and site requirements. All generator installations must comply with the with BS 7671 section 717 mobile or transportable units. The mobilisation, demobilisation, transport, loading and unloading of all equipment will also be a major part of the services required and to further support this framework there shall be a requirement for a fuel management services to be provided as required.

    The requirements shall be provided for both planned & reactive 365 day – 24 hour seven days a week as determined by a service level agreement.

    Estimated cost excluding VAT
    Range: between  2000000  and 2250000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Service and repair of fixed and mobile diesel generators and associated equipment
    1)

    Short description:

    The scope of services shall include for all service, repair and overhaul including upgrade requirements of fixed and mobile diesel generators and associated equipment that are located throughout the Company’s operational areas.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    31120000   Generators
    3)

    Quantity or scope:

    The Scope is to cover the servicing, repair and overhaul of fixed and mobile Generators and associated equipment including control and protection systems, fuel system and storage located at various Company sites throughout United Utilities Operational Areas. Each service shall include a load test. The sizes of generators covered by this Agreement may range from less than 10kva up to 2000kva for the larger works.

    The generators are classified in two categories:

    A) Emergency Standby

    B) Peak Lopping (Tariff avoidance – Demand Response initiatives).

    All generators are critical to enable the continuous running of plant in the event of a power failure.

    Generators and associated equipment used on Company sites will vary in size, weight and complexity, it is the Suppliers responsibility to familiarise themselves with the equipment and operational methods used when carrying out any work on this equipment. It shall also be the Suppliers responsibility to provide all specialist tools and carry the necessary critical and operational spares and consumables to ensure these activities are completed effectively and efficiently.

    Services may be carried out at Company sites or the Suppliers own workshops, and shall include collection, delivery and transport services.

    The Supplier shall provide this service on a planned and reactive 365 day – 24 hour seven days a week basis as determined by an agreed service level.

    Estimated cost excluding VAT
    Range: between  1000000  and 1250000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    To be specified in the Pre-Qualification Questionnaire

    III.1.2)

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

    To be specified in the Pre-Qualification Questionnaire

    III.1.3)

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

    To be specified in the Pre-Qualification Questionnaire

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Applicants are required to fully complete and respond to the Pre-Qualification Questionnaire and submit their response as instructed by the due time and date specified in this notice. Interested parties are required to email their initial expression of interest to paula.lonsdale@uuplc.co.uk. Applicants should confirm their initial expression of interest as soon as possible and no later than 25th April 2016.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    To be specified in the Pre-Qualification Questionnaire

    III.2.3)

    Technical capacity

    To be specified in the Pre-Qualification Questionnaire

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    PRO002607

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    03.05.2016 - 10:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no