Tender

Goods-Framework-Supply & Delivery of Acoustic, Hydrophone and Lift & Shift Loggers

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2021/S 000-022274

Procurement identifier (OCID): ocds-h6vhtk-02de71

Published 8 September 2021, 2:08pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Christine Ng

Email

Christine.Ng2@uuplc.co.uk

Telephone

+44 7818045768

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=39478&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=39478&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

Goods-Framework-Supply & Delivery of Acoustic, Hydrophone and Lift & Shift Loggers

Reference number

PRO004312

two.1.2) Main CPV code

  • 38430000 - Detection and analysis apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

A Framework Agreement to cover the procurement of various types of Acoustic and Hydrophone Loggers (Accelerometer style Loggers combined with Core network Comms, SIMS & Cellular APN) with the functionality required to support the United Utilities Leakage Strategy.

two.1.5) Estimated total value

Value excluding VAT: £12,900,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Goods-Framework-Supply & Delivery of Acoustic, Hydrophone and Lift & Shift Loggers

Lot No

1

two.2.2) Additional CPV code(s)

  • 38430000 - Detection and analysis apparatus

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

United Utilities have a number of targets, one of which is to reduce Leakage by 15%.

Data Loggers form part of our strategy to deliver that target.

This tender is for procurement of the remaining phase of the permanent Acoustic logger installation program as well as the procurement of Lift and Shift style acoustic loggers.

An initial 72,000 permanent loggers have been installed onto the network and are being used to reduce the company’s leakage levels. This tender will cover the potential to install up to a further 30,000 permanent loggers which will be made up of either accelerometer or hydrophone loggers.

It is anticipated that the split will be 80/20 in favour of the accelerometer style logger. Although this may change dependent on the selected DMA’s that require logging.

This tender will also cover the replacement of the loggers contained within the companies Lift & Shift fleet which currently totals around 2100 loggers.

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: £1,290,000

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

The term will be for an initial 3 years, and include an additional 5 optional years, in increments to be determined at United Utilities 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 several operators

Envisaged maximum number of participants to the framework agreement: 3

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 October 2021

Local time

4:00pm

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