Tender

PRO002772 Telemetry Outstations

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2021/S 000-025393

Procurement identifier (OCID): ocds-h6vhtk-02ea9e

Published 11 October 2021, 5:08pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Bill Russell

Email

William.Russell@uuplc.co.uk

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