Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Robbie Kerr
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