Opportunity

Services-Framework-Gearbox Repair Services

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-032082

Published 11 November 2022, 3:22pm



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

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