Tender

PRO004460-Works-Framework-Digital Services-Monitoring & Control, Design & Build

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-016198

Procurement identifier (OCID): ocds-h6vhtk-0345eb

Published 13 June 2022, 5:11pm



The closing date and time has been changed to:

25 July 2022, 3:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Michael Jones

Email

michael.jones2@uuplc.co.uk

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