Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Daniel Vass
Telephone
+44 1925678021
Country
United Kingdom
Region code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
http://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Services-Framework-Repair and Maintenance of Dewatering Equipment
Reference number
PRO004487
two.1.2) Main CPV code
- 42931000 - Centrifuges
two.1.3) Type of contract
Supplies
two.1.4) Short description
This scope of Services covers the repair and maintenance of Dewatering Equipment used on Company sites, including both preventative scheduled maintenance and reactive repair.
This agreement will cover services deemed ‘unsupported’ as defined by the Maintenance Excellence Group (MEG), the primary focus of this agreement will be the on-site planned or reactive repair and maintenance of dewatering equipment although depending on the repair, it may be required to take the equipment off site and bring back later for re-installation.
Beyond the actual repair activity, the scope includes the following (should it be required)
• Disconnection of asset
• Transportation of assets or parts of the assets to and from site
• Reinstallation of asset
• Testing of the asset
• ‘unceasing’ the equipment
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £20,800,000
two.2) Description
two.2.1) Title
GBTs and Drum Thickeners
Lot No
1
two.2.2) Additional CPV code(s)
- 42514300 - Filtering apparatus
- 42912310 - Water filtration apparatus
- 45252140 - Sludge-dewatering plant construction work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
This scope of Services covers the repair and maintenance of Dewatering Equipment used on Company sites, including both preventative scheduled maintenance and reactive repair.
This agreement will cover services deemed ‘unsupported’ as defined by the Maintenance Excellence Group (MEG), the primary focus of this agreement will be the on-site planned or reactive repair and maintenance of dewatering equipment although depending on the repair, it may be required to take the equipment off site and bring back later for re-installation.
Beyond the actual repair activity, the scope includes the following (should it be required)
• Disconnection of asset
• Transportation of assets or parts of the assets to and from site
• Reinstallation of asset
• Testing of the asset
• ‘unceasing’ the equipment
Specifically excluded is:
• ‘Supported’ work (will remain in Costain)
• Complex removals that may have CDM ramifications
• On site subcontracting
• Supply of replacement equipment (apart from component parts)
• Very technical equipment repairs which may have to be carried out by the equipment OEM
two.2.11) Information about options
Options: Yes
Description of options
3 year term with the option to extend for 5 years in 12 month increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Dewatering equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 45252140 - Sludge-dewatering plant construction work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
This scope of Services covers the repair and maintenance of Dewatering Equipment used on Company sites, including both preventative scheduled maintenance and reactive repair.
This agreement will cover services deemed ‘unsupported’ as defined by the Maintenance Excellence Group (MEG), the primary focus of this agreement will be the on-site planned or reactive repair and maintenance of dewatering equipment although depending on the repair, it may be required to take the equipment off site and bring back later for re-installation.
Beyond the actual repair activity, the scope includes the following (should it be required)
• Disconnection of asset
• Transportation of assets or parts of the assets to and from site
• Reinstallation of asset
• Testing of the asset
• ‘unceasing’ the equipment
Specifically excluded is:
• ‘Supported’ work (will remain in Costain)
• Complex removals that may have CDM ramifications
• On site subcontracting
• Supply of replacement equipment (apart from component parts)
• Very technical equipment repairs which may have to be carried out by the equipment OEM
two.2.11) Information about options
Options: Yes
Description of options
3 year term with the option to extend for 5 years in 12 month increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Centrifuges
Lot No
3
two.2.2) Additional CPV code(s)
- 42931000 - Centrifuges
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
This scope of Services covers the repair and maintenance of Dewatering Equipment used on Company sites, including both preventative scheduled maintenance and reactive repair.
This agreement will cover services deemed ‘unsupported’ as defined by the Maintenance Excellence Group (MEG), the primary focus of this agreement will be the on-site planned or reactive repair and maintenance of dewatering equipment although depending on the repair, it may be required to take the equipment off site and bring back later for re-installation.
Beyond the actual repair activity, the scope includes the following (should it be required)
• Disconnection of asset
• Transportation of assets or parts of the assets to and from site
• Reinstallation of asset
• Testing of the asset
• ‘unceasing’ the equipment
Specifically excluded is:
• ‘Supported’ work (will remain in Costain)
• Complex removals that may have CDM ramifications
• On site subcontracting
• Supply of replacement equipment (apart from component parts)
• Very technical equipment repairs which may have to be carried out by the equipment OEM
two.2.11) Information about options
Options: Yes
Description of options
3 year term with the option to extend for 5 years in 12 month increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-001052
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 – GBTs and Drum Thickeners
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 November 2022
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Brettex Site Services
London
N1 9JY
Country
United Kingdom
NUTS code
- UKD - North West (England)
National registration number
06628700
The contractor is an SME
No
five.2.3) Name and address of the contractor
M&N Electrical and Mechanical Ltd
Clevedon
BS21 7RD
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02876690
The contractor is an SME
No
five.2.3) Name and address of the contractor
Andritz Ltd
Newcastle Under Lyme
ST5 7RG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
2937921
The contractor is an SME
No
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 – Dewatering equipment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 November 2022
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Brettex Site Services
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06628700
The contractor is an SME
No
five.2.3) Name and address of the contractor
M&N Electrical and Mechanical Ltd
Clevedon
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02876690
The contractor is an SME
No
five.2.3) Name and address of the contractor
Andritz Ltd
Newcastle Under Lyme
ST5 7RG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
2937921
The contractor is an SME
No
Section five. Award of contract
Contract No
4
Lot No
3
Title
Lot 3 - Centrifuges
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 November 2022
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Alfa Laval Ltd
Camberley
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
187261
The contractor is an SME
No
five.2.3) Name and address of the contractor
Andritz Ltd
Newcastle Under Lyme
ST5 7RG
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
2937921
The contractor is an SME
No
five.2.3) Name and address of the contractor
Brettex Site Services Ltd
London
N1 9JY
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06628700
The contractor is an SME
No
five.2.3) Name and address of the contractor
MSE Hiller
Markham Vale
S44 5JX
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
4194135
The contractor is an SME
No
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom