Tender

Services-DPS-Process Instrumentation Support Services

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-019942

Procurement identifier (OCID): ocds-h6vhtk-03548e

Published 21 July 2022, 5:11pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Robbie Kerr

Email

Robert.Kerr@uuplc.co.uk

Telephone

+44 78810233590

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=50759&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=50759&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-DPS-Process Instrumentation Support Services

Reference number

PRO004649

two.1.2) Main CPV code

  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus

two.1.3) Type of contract

Services

two.1.4) Short description

United Utilities are releasing a Dynamic Purchasing System (DPS) to fulfil all requirements relating to the 3rd party provision of Process Instrumentation Services across the Company’s estate. The Company operates an extensive range of asset types and manufacturers that requires a varied and flexible supply chain to support Company Personnel in the event of a competency or capacity shortfall. All aspects of Instrumentation Services shall be within scope of this procurement, including but not limited to: servicing, repair, calibration, verification and commissioning. This DPS shall serve as the only route for 3rd party unsupported Services (i.e. Services with no CDM Regulations) in the Instrumentation category.

two.1.5) Estimated total value

Value excluding VAT: £9,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31682210 - Instrumentation and control equipment
  • 38400000 - Instruments for checking physical characteristics
  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases
  • 38810000 - Industrial process control equipment
  • 50433000 - Calibration services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

A DPS has been selected to enable each scope of Services to reflect the changing requirements of the business, selecting the most appropriate Contractor for the specific work package by using targeted specifications. The scope of Services of each requirement may include any aspect of reactive repair or planned maintenance of Instrumentation across the Company’s treatment facilities. This will potentially include all Instrument EGI classes and any form of maintenance, typically: servicing, calibration, verification, repair and commissioning.

Each Individual Contract shall be released through a single Lot, meaning every Contractor who has passed to Stage 2 shall be notified of the requirement. In order to provide an indication of the type of Services that shall be put to competition through this DPS, the four primary areas of Services have been detailed below.

• Repair Services: reactive Services to repair or refurbish Instruments.

• Specialist Equipment Services: completion of Services on asset classes where Company Personnel do not possess the required competencies.

• Supplementary Services: auxiliary Services resulting from Company resource gaps.

• Project Services: initiatives that require short term additional resource that cannot be met internally.

In order to maximise the flexibility of the DPS, each Contract Award shall vary in duration, ranging from a single scope of activity (e.g. 10 flowmeter calibrations at Ulpha WTW) up to 24 month ‘mini-frameworks’ (e.g. 24 month reactive repair of flowmeters in Wastewater North).

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: £9,800,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Contract to run for a minimum of 3 years with annual optional extensions up to 8 years

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

18 August 2022

Local time

3:00pm

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.4.4) Service from which information about the review procedure may be obtained

United Utilities Water Limited

Warrington

Country

United Kingdom