Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Joanne Wilding
Telephone
+44 07901255860
Country
United Kingdom
Region code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
https://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=70802&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=70802&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
PRO004613-Services-Framework-Lifting Equipment Statutory Servicing, Repair and Maintenance Services
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scope of Work shall include the Statutory Servicing of Electric Hoists and Repair and Maintenance of any equipment used for lifting and lowering loads used on Company Water and Wastewater Treatment sites including, Bioresource, Energy Services and Network pumping stations throughout its Operational Area in line with LOLER and PUWER Regulations.
two.1.5) Estimated total value
Value excluding VAT: £4,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 71333000 - Mechanical engineering services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The Scope of Work shall include the Statutory Servicing of Electric Hoists and Repair and Maintenance of any equipment used for lifting and lowering loads used on Company Water and Wastewater Treatment sites including, Bioresource, Energy Services and Network pumping stations throughout its Operational Area in line with LOLER and PUWER Regulations.
For Electric Hoists, In order to verify that the hoists and accessories remain safe for use, and to detect and remedy any deterioration, thorough servicing is required throughout the lifetime of the equipment.
For Repair and Maintenance, lifting equipment shall include, but not restricted to any equipment used for lifting and lowering loads, including any accessories used in doing so (such as attachments to support, fix or anchor the equipment). Examples include, powered and manual chain blocks, slings, electric hoists, runway beams, cranes, eyebolts, tripods, davit systems, erectable a-frames, lifting chains, chain slings, runway trolleys, powered and manual rope hoists, powered and manual travelling girder trolleys, gantry lifting clamps, portable tripods, shear legs, davit arms and gantries also the installation of fixed, slewing jibs, wall mounted, surface pedestal and socket davit arm lifting points. The lifting accessories shall include but not be restricted to single or multi leg and endless wire rope and textile slings, bow, 'D' and grab shackles, eyebolts with links, collared eyebolts and dynamo eyebolts, single and multi-leg chain slings. The Scope of Work shall also include the permanent marking of each piece of lifting equipment and accessory with a unique 6 figure number, it’s unique figure and safe working load shall be included on each test certificate were required.
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: £4,800,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Framework for 2 years with the option to extend for up to a further 6 years in 12 month increments at the Company's discretion
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the 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 a single operator
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
14 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 18 December 2023
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