- Scope of the procurement
- Lot 1 - Electrical Services and Repair Northces-Framework-Electrical Service and Repair
- Lot 2 - Electrical Services and Repair South
- Lot 3 - Electrical Service and Repair Uninterruptible Power Supply (UPS)
- Lot 4 - Electrical Service and Repair Small Panels
- Lot 5 - Electrical Service and Repair of Ex Electrical Assets within DSEAR Environments
Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Jennifer McIntyre
Telephone
+44 7867132949
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=45696&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=45696&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
Services-Framework-Electrical Service and Repair
Reference number
PRO004528
two.1.2) Main CPV code
- 71314100 - Electrical services
two.1.3) Type of contract
Services
two.1.4) Short description
United Utilities is inviting applications for companies to undertake Electrical Services and Repair on our sites throughout our area. This may include but not be limited to servicing, overhaul, repair, inspection, fault diagnosis, corrective and remedial work, alterations to circuits, replacement of equipment, also design, supply, installation, testing, commissioning and placing into service of new equipment.
The Framework will lotted in the following way:-
Lot 1 - Electrical Services and Repair North
Lot 2 - Electrical Services and Repair South
Lot 3 - Electrical Service and Repair Uninterruptible Power Supply (UPS)
Lot 4 - Electrical Service and Repair Small Panels
Lot 5 - Electrical Service and Repair of Ex Electrical Assets within DSEAR Environments
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
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 - Electrical Services and Repair Northces-Framework-Electrical Service and Repair
Lot No
1
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
United Utilities is inviting applications for companies to undertake Electrical Services and Repair on our sites throughout our area. This may include but not be limited to servicing, overhaul, repair, inspection, fault diagnosis, corrective and remedial work, alterations to circuits, replacement of equipment, also design, supply, installation, testing, commissioning and placing into service of new equipment which may typically include but not be limited to;
• Domestic and industrial electrical supply and distribution equipment
• Internal & external lighting
• Residual Current Devices (RCD’s)
• Laying of underground cables
• Process Equipment
• Extractor fans and air movers
• Heating, ventilation, and air conditioning
• Distribution boards
• Fuse switches, isolators and disconnectors
• Lightning Protection Inspection
Electrical Service and Repair North
Carlisle, Allerdale, Eden, Copeland, Kendal, Barrow, Lancaster, Fylde, Preston, South Ribble, Ribble Valley, Burnley, Hyndburn, Blackburn, Rossendale, Rochdale, Bury, Oldham, Tameside
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
36 month initial term with option for extension in annual increments
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
Bidder cannot win both geographical lots
two.2) Description
two.2.1) Title
Lot 2 - Electrical Services and Repair South
Lot No
2
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
United Utilities is inviting applications for companies to undertake Electrical Services and Repair on our sites throughout our area. This may include but not be limited to servicing, overhaul, repair, inspection, fault diagnosis, corrective and remedial work, alterations to circuits, replacement of equipment, also design, supply, installation, testing, commissioning and placing into service of new equipment which may typically include but not be limited to;
• Domestic and industrial electrical supply and distribution equipment
• Internal & external lighting
• Residual Current Devices (RCD’s)
• Laying of underground cables
• Process Equipment
• Extractor fans and air movers
• Heating, ventilation, and air conditioning
• Distribution boards
• Fuse switches, isolators and disconnectors
• Lightning Protection Inspection
Electrical Service and Repair South
Bolton, Wigan, Manchester and Stockport, Southport, Liverpool, St Helens, Halton, Warrington, Wirral, Vale Royal, Congleton, Crewe, Macclesfield, North Shropshire and North Staffordshire.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
36 month initial term with option for extension in annual increments
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
Bidder cannot win both geographical lots
two.2) Description
two.2.1) Title
Lot 3 - Electrical Service and Repair Uninterruptible Power Supply (UPS)
Lot No
3
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 31154000 - Uninterruptible power supplies
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Electrical services and repair to uninterruptible power supply (UPS) system, which may include but not be limited to, repairs, installation, testing and calibration to;
• Rectifier
• UPS Batteries
• Inverter
• Static Bypass Switch
• AC input & output capacitors and DC capacitors
• Maintenance Bypass (capacity of 6kVA or greater)
• External Maintenance Bypass Switch
• Transient Volt Surge Suppressors (TVSS)
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: £1,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
36 month initial term with option for extension in annual increments
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 4 - Electrical Service and Repair Small Panels
Lot No
4
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 31211110 - Control panels
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Electrical services and repair to small panels or panel boards divides electrical power feed into branch circuits, while providing a protective circuit breaker or fuse for each circuit, in a common enclosure. Both play a vital operating role in controlling motors and production processes;
• Free standing panels with an incomer up to 630A
• Form 4 wall mounted or free standing control panels including incomer/starter/ICA section
• Wall mounted starter panels
• Mains/Diesel generator change-over panels.
• Programmable logic controllers (PLC)
• Human Machine Interface (HMI)
• Supervisory Control And Data Acquisition (SCADA) hardware
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: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
36 month initial term with option for extension in annual increments
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 5 - Electrical Service and Repair of Ex Electrical Assets within DSEAR Environments
Lot No
5
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Electrical engineering services and repair to equipment installed in Dangerous Substances and Explosive Atmospheres (DSEAR 2002), which may include but not be limited to, repairs, installation, testing and calibration to;
• Internal and external lighting systems and equipment
• Isolators, disconnectors, start stop control stations and emergency stop push buttons
• Motors and protection sensors
• Joint boxes, cable glands and terminations
• Heating, ventilation, and air conditioning
• Extractor fans and air movers
• Flow meters
• Level sensors and control equipment
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: £11,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
36 month initial term with option for extension in annual increments
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
36 month initial term with option for extension in annual increments
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
List and brief description of selection criteria
Please refer to procurement documents
Minimum level(s) of standards possibly required
Please refer to procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to procurement documents
Minimum level(s) of standards possibly required
Please refer to 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: 17
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
6 May 2022
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 June 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
WA5 3LP
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
United Utilitied
Warrington
WA5 3LP
Country
United Kingdom