Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Michael Jones
Telephone
+44 7901172777
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=48192&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=48192&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
PRO004460-Works-Framework-Digital Services-Monitoring & Control, Design & Build
Reference number
PRO004460
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
The scope and scale of the works will vary from simple ICA (Instrumentation, Control and Automation) installations through to large complex design and build projects. The DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure. There may be a requirement to provide Engineering and Project Management capability on a resource only basis, this will be to supplement DS M&C capability in times of high demand. The high-level DS M&C requirement is therefore, to have access to a number of third party framework suppliers covering Support and Design & Build expertise, who have demonstrable experience in the competence areas as described further below. The new frameworks will drive the delivery of new DS M&C infrastructure and its associated installation, commissioning, testing and handover back to operational sites, within the required timescales of UU’ programme for delivery to UU standards.
two.1.5) Estimated total value
Value excluding VAT: £80,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Works/Services -Framework-Digital Services-Monitoring & Control, Design & Build.
The scope and scale of the works will vary from simple ICA (Instrumentation, Control and Automation) installations through to large complex design and build projects. The DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure. There may, from time to time, be a requirement to provide Engineering and Project Management capability on a resource only basis, this will be to supplement DS M&C capability in times of high demand. The high-level DS M&C requirement is therefore, to have access to a number of third party framework suppliers covering Support and Design & Build expertise, who have demonstrable experience in the competence areas as described further below. The new frameworks will drive the delivery of new DS M&C infrastructure and its associated installation, commissioning, testing and handover back to operational sites, within the required timescales of United Utilities’ programme for delivery to United Utilities standards. In order to deliver the overarching DS M&C needs, there are differing levels of requirement in terms of complexity and expected associated cost. The following captures the high-level needs that have been categorised as Technical Engineering Competencies and Project Delivery and Management Competencies
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: £80,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
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: 4
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: 2021/S 001-560543
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 July 2022
Local time
3:00pm
Changed to:
Date
25 July 2022
Local time
3:00pm
See the change notice.
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.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom