Opportunity

PRO004431-Services-Framework-Supply and Fitting of Vehicle Wraps

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2021/S 000-004969

Published 11 March 2021, 4:05pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Helen Hughes

Email

RegulatoryProcurementTeam@uuplc.co.uk

Telephone

+44 7387525375

Country

United Kingdom

NUTS 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.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=36732&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=36732&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

PRO004431-Services-Framework-Supply and Fitting of Vehicle Wraps

Reference number

Vehicle Wraps

two.1.2) Main CPV code

  • 79822500 - Graphic design services

two.1.3) Type of contract

Services

two.1.4) Short description

The supply and fitting of full vehicle wraps for the entire commercial fleet, including light commercial vehicles and heavy goods vehicles. The wrap is to be fitted either on the Supplier’s premises (with the Company delivering the vehicles to the Supplier), at the Company’s premises (mainly Winsford), or at a nominated third party supplier location. The timescale for the fitting will be agreed between the Company and the Supplier. The Company will either arrange delivery or collection of the vehicles once the wrap is completed or the Company will arrange to have the supplier or a third party deliver the vehicle back to the Company once wrapped.

two.1.5) Estimated total value

Value excluding VAT: £2,046,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50111100 - Vehicle-fleet management services
  • 50117100 - Motor vehicle conversion services

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)
Main site or place of performance

Suppliers Premises or Company site in Winsford

two.2.4) Description of the procurement

For the supply and fitting of full vehicle wraps for the entire commercial fleet, this will include light commercial vehicles and heavy goods vehicles. The wrap is to be fitted on the Supplier’s premises and the Company will deliver the vehicles to the Supplier although the Company would like the option for supply only, at fit at Company Premises in Winsford. The timescale for the fitting will be agreed between the Company and the Supplier. The Company will either arrange delivery or collection of the vehicles once the wrap is completed.

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: £2,046,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

5 year fixed term followed by 1+1+1 extension option

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

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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

16 April 2021

Local time

11:00am

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

Duration in months: 12 (from the date stated for receipt of tender)


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