Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Helen Hughes
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