- Scope of the procurement
- Lot 1 - Supply and support of small outstations
- Lot 2 -Supply and support of medium outstations
- Lot 3 - Supply and support of large outstations
- Lot 4 - Support of legacy small assets
- Lot 5 - Support of legacy medium assets
- Lot 6 - Supply and support of dedicated pump controllers
Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Bill Russell
Telephone
+44 7793290461
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=39999&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=39999&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
PRO002772 Telemetry Outstations
Reference number
PRO002772 Telemetry Outstations
two.1.2) Main CPV code
- 32441000 - Telemetry equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Telemetry outstations are part of the end-to-end infrastructure that facilitates these services. They collect data locally on a site – integrating into instrumentation and control systems – and service the Strategic Telemetry System (STS) within the ICC. Dependent on the site being monitored, outstations are required to provide the right level of scalability for the sites they are monitoring, and varying levels of intelligence to locally aggregate and disseminate plant data.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
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
Lot 1 - Supply and support of small outstations
Lot No
1
two.2.2) Additional CPV code(s)
- 32441100 - Telemetry surveillance system
- 32441300 - Telematics system
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UK - United Kingdom
Main site or place of performance
North West
two.2.4) Description of the procurement
Lot 1 - Supply and support of small outstations
Please see Scopebook and PQQ/ITN for further information.
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: £3,216,000
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: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 -Supply and support of medium outstations
Lot No
2
two.2.2) Additional CPV code(s)
- 32441100 - Telemetry surveillance system
- 32441300 - Telematics system
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 2 - Supply and support of medium outstations
Please see Scopebook and PQQ/ITN for further information.
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: £3,916,000
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: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Supply and support of large outstations
Lot No
3
two.2.2) Additional CPV code(s)
- 32441100 - Telemetry surveillance system
- 32441300 - Telematics system
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
North West
two.2.4) Description of the procurement
Lot 3 - Supply and support of large outstations
Please see Scopebook and PQQ/ITN for further information.
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: £211,200
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: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 - Support of legacy small assets
Lot No
4
two.2.2) Additional CPV code(s)
- 32441100 - Telemetry surveillance system
- 32441300 - Telematics system
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
North West
two.2.4) Description of the procurement
Lot 3 - Supply and support of large outstations
Please see Scopebook and PQQ/ITN for further information.
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: £230,400
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: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 5 - Support of legacy medium assets
Lot No
5
two.2.2) Additional CPV code(s)
- 32441100 - Telemetry surveillance system
- 32441300 - Telematics system
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UK - United Kingdom
Main site or place of performance
North West
two.2.4) Description of the procurement
Lot 5 - Support of legacy medium assets
Please see Scopebook and PQQ/ITN for further information.
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: £230,400
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 6 - Supply and support of dedicated pump controllers
Lot No
6
two.2.2) Additional CPV code(s)
- 32441100 - Telemetry surveillance system
- 32441300 - Telematics system
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
North West
two.2.4) Description of the procurement
Lot 6 - Supply and support of dedicated pump controllers
Please see Scopebook and PQQ/ITN for further information.
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: £1,195,200
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: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
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
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: 6
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
10 November 2021
Local time
4:00pm
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
Duration in months: 12 (from the date stated for receipt of tender)
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.4.2) Body responsible for mediation procedures
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
High Court of England & Wales
London
Country
United Kingdom