Tender

Goods - Framework - Supply & Delivery of Data Loggers (Flow, Pressure, Level & Transient)

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2021/S 000-008115

Procurement identifier (OCID): ocds-h6vhtk-02a724

Published 16 April 2021, 6:06pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Diana Navarrete-Bannister

Email

RegulatoryProcurementTeam@uuplc.co.uk

Telephone

+44 07341682620

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=37561&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=37561&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 - Framework - Supply & Delivery of Data Loggers (Flow, Pressure, Level & Transient)

Reference number

PRO004138

two.1.2) Main CPV code

  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.1.3) Type of contract

Supplies

two.1.4) Short description

The aim of this Procurement is to establish a Framework that will allow for United Utilities to replace, install, receive data from, and maintain its current asset base of Flow & Pressure Loggers.

These remote data logger(s) are used to monitor the pressure and flow parameters of United Utilities water distribution network and to support United Utilities installation programme of such equipment throughout the North West Region.

The scope of the current agreement covers:

• Supply of Flow & Pressure Loggers

• Installation

• Proactive and Reactive maintenance, repair

• Provision of SIM and airtime

• Provision of an externally hosted portal to securely manage all UU data.

There is currently an estate of approx. 4291 Flow and 3840 pressure loggers.

two.1.5) Estimated total value

Value excluding VAT: £10,300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Supply of Telemetry Data Loggers (Flow, Pressure, Level & spares) & Data Service Provision

Lot No

1

two.2.2) Additional CPV code(s)

  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Supply only of the following types of loggers:

• Flow Loggers

• Pressure Loggers

• Level Loggers (monitoring reservoir levels)

• Supply of spares

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: £7,800,000

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

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend, structured as 3 x 1 year 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

Installation of Flow, Pressure level

Lot No

2

two.2.2) Additional CPV code(s)

  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Elements will include but not be limited to:

• On site installation

• Site entry, including pump out of Atplas box or chamber

• On site installation

• Programming

• On site Installation

• Checking network signal strengths

• TM requirements

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: £230,000

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

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend, this will be structured as 3 x 1 year 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

Maintenance , Support, Repair, Replacement of Flow, Pressure & Level (Reactive & Proactive)

Lot No

3

two.2.2) Additional CPV code(s)

  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Scope will include, but not be limited to:

• Reactive / Proactive

• Proactive Maintenance Inc. fault reporting, prevention and battery replacement

• Reactive/Proactive including the maintenance and calibration of the pressure transducers

• Reactive Maintenance including fixing and provision of associated spares

• Reactive/Proactive including maintenance/calibration of pressure transducers

• Call outs, timely resolution

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: £1,700,000

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

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend, structured as 5 X 1 year 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

Supply of Transient Data Loggers & Data Service Provision

Lot No

4

two.2.2) Additional CPV code(s)

  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Scope will include, but not be limited to:

• Provision of roaming SIM cards with data credit for duration of contract

• Hardware and Applications

• Provision of roaming SIM cards with data credit for duration of contract

• Web client application with secure user interface, consisting of a graphical visualisation of data.

• Provision of roaming SIM cards with data credit for duration of contract

• Secure Data Management & storage

• Alarm Management

• Licensing

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: £500,000

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

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend, structured as 3 X 1 year 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 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 a single operator

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: 2019/S 068-160887

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 May 2021

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

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: Yes

Estimated timing for further notices to be published: 6 years

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom