Tender

PRO004613-Services-Framework-Lifting Equipment Statutory Servicing, Repair and Maintenance Services

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2023/S 000-020699

Procurement identifier (OCID): ocds-h6vhtk-03e31d

Published 18 July 2023, 4:24pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Joanne Wilding

Email

Joanne.Wilding@uuplc.co.uk

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