Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Dianne Taylor
Telephone
+44 7824561626
Country
United Kingdom
Region code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
https://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60180&B=UNITEDUTILITIES
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Goods-DPS-Alternative Fuel HGV and Commercial Vehicles
Reference number
PRO006410
two.1.2) Main CPV code
- 34100000 - Motor vehicles
two.1.3) Type of contract
Supplies
two.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.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 Goods - Alternative Fuel HGV and specialist utility vehicles
Lot No
1
two.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
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: 45,000,000 EUR
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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.
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
Lot 2 Goods - Alternative Fuelled Commercial Vehicles
Lot No
2
two.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
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 March 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 4 April 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
United Utilities
Warrington
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
United Utilities
Warrington
Country
United Kingdom