[FtsS09F05ContractUtilities]

[Information]

[Published]

[ExpireDate]: 25/07/2022

[ExternalReference]: 2022-506844

[FtsReference]: 2022-016198

[FtsS09F05ContractUtilities]

[NoticeContractUtilities]

[Works]

[Section1]: [Ce]

I.1)

[NameAddressContact]

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
[Contactpoint]: Michael Jones
[AddressPhone]: +44 7901172777
[Nutscode]:  UKD -  NORTH WEST (ENGLAND)
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48192&B=UNITEDUTILITIES
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivWater]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

PRO004460-Works-Framework-Digital Services-Monitoring & Control, Design & Build
[Fileref]:  PRO004460
II.1.2)

[CpvMain]

45310000  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

The scope and scale of the works will vary from simple ICA (Instrumentation, Control and Automation) installations through to large complex design and build projects. The DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure. There may be a requirement to provide Engineering and Project Management capability on a resource only basis, this will be to supplement DS M&C capability in times of high demand. The high-level DS M&C requirement is therefore, to have access to a number of third party framework suppliers covering Support and Design & Build expertise, who have demonstrable experience in the competence areas as described further below. The new frameworks will drive the delivery of new DS M&C infrastructure and its associated installation, commissioning, testing and handover back to operational sites, within the required timescales of UU’ programme for delivery to UU standards.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 80000000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71700000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKD -  NORTH WEST (ENGLAND)
II.2.4)

[DescrProcurement]

Works/Services -Framework-Digital Services-Monitoring & Control, Design & Build.
The scope and scale of the works will vary from simple ICA (Instrumentation, Control and Automation) installations through to large complex design and build projects. The DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure. There may, from time to time, be a requirement to provide Engineering and Project Management capability on a resource only basis, this will be to supplement DS M&C capability in times of high demand. The high-level DS M&C requirement is therefore, to have access to a number of third party framework suppliers covering Support and Design & Build expertise, who have demonstrable experience in the competence areas as described further below. The new frameworks will drive the delivery of new DS M&C infrastructure and its associated installation, commissioning, testing and handover back to operational sites, within the required timescales of United Utilities’ programme for delivery to United Utilities standards. In order to deliver the overarching DS M&C needs, there are differing levels of requirement in terms of complexity and expected associated cost. The following captures the high-level needs that have been categorised as Technical Engineering Competencies and Project Delivery and Management Competencies
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 80000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Please refer to procurement documents
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
Please refer to procurement documents
[MinStandardsRequired]:  
Please refer to procurement documents
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
Please refer to procurement documents
[MinStandardsRequired]:  
Please refer to procurement documents
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSeveral]
[FrameworkParticipEnvis]:  4
IV.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2021/S 001-560543
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  11.07.2022
[Time]:  15:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of England & Wales
City of Westminster
London
UK