Opportunity

Services-Framework-Electrical Service and Repair

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-009253

Published 6 April 2022, 1:24pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Jennifer McIntyre

Email

jennifer.mcintyre@uuplc.co.uk

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