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
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=55937&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=55937&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
Services-Framework-Gearbox Repair Services
Reference number
PRO004623
two.1.2) Main CPV code
- 50530000 - Repair and maintenance services of machinery
two.1.3) Type of contract
Services
two.1.4) Short description
The Scope of Work shall include for all works predominantly associated with the repair of gearboxes that are used on Company sites and throughout its Operational Area
This scope of Services covers:
• Initial visit to site
• Provision of strip and reports to determine the reasons for equipment failure
• Loading of gearboxes onto the transport and the transport of the gearbox to the place of repair if not in-situ
• Cleaning of equipment
• Repair services
• Provision of re-engineered parts
• Installation of gearboxes and associated equipment
• Repair, reassembly and testing
• Inspection and Testing
• Commissioning of equipment.
• Provision of documentation and certification in accordance with the terms of this Technical Specification
• Provision of product and technical support including spare parts availability
two.1.5) Estimated total value
Value excluding VAT: £3,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 51100000 - Installation services of electrical and mechanical equipment
- 71334000 - Mechanical and electrical engineering services
- 71630000 - Technical inspection and testing services
- 71631100 - Machinery-inspection services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Gearboxes are vital to United Utilities and are process critical in many Water and Wastewater treatment activities. The Scope of Work shall include for all works predominantly associated with the repair of gearboxes that are used on Company sites and throughout its Operational Area. The gearboxes shall include, but shall not be restricted to, geared motor type gearboxes, single and double reduction worm and wheel type gearboxes, single / double / triple reduction helical geared gearboxes and single / double / triple reduction bevel geared gearboxes. The Contractor shall be expected to provide these services on a planned and reactive basis. The Contractor will be required to ensure each repair/ installation complies with the relevant British Standard Requirements for Mechanical/Electrical Installations and UU Asset Standards. It’s envisaged that the majority of activities under this scope and specification shall be carried out Monday to Friday between the hours of 08:00 & 17:00 however some emergency work outside of these hours may be required on an adhoc basis and applicants must be able to provide out of hours repair services, it is imperative that the asset is returned to service as quickly as possible. These services shall be utilised on United Utilities Water and Wastewater Treatment sites including Bioresource and Energy Services and Network pumping stations.
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: £3,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Term 2+1+1+1+1+1+1
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
List and brief description of selection criteria
Please refer to procurement documents
Minimum level(s) of standards possibly required
Please refer to 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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please refer to procurement documents
three.1.6) Deposits and guarantees required
Please refer to procurement documents
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please refer to procurement documents
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Please refer to procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 December 2022
Local time
3:00pm
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)
four.2.7) Conditions for opening of tenders
Date
9 December 2022
Local time
3:00pm
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