Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Matthew Walker
Country
United Kingdom
Region code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
https://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=56276&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=56276&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
PRO004557 Goods-Framework-Supply of Actuators
Reference number
PRO004557
two.1.2) Main CPV code
- 31131100 - Actuators
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply and delivery of electric actuators to be procured by the Company, and its Partners, for its Water, Wastewater and Bioresources asset base across process and network applications. The Kit Framework scope for actuators shall include the selection, design & manufacture, supply & delivery of, off-loading and Factory Acceptance Test (FAT) of new and replacement actuators for the operation and control of valves including penstocks. Services in support of the Framework include pre-selection assistance, after sales services & technical support including provision of information using a Building Information Modelling (BIM) approach, provision of spares, components & consumables of the actuator supplied during the actuator asset life span.
two.1.5) Estimated total value
Value excluding VAT: £9,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42132100 - Valve actuators
- 42132110 - Electric valve actuators
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UK - United Kingdom
two.2.4) Description of the procurement
The Company’s installed actuator supply base comprises of actuators using different energy sources such as electric current, hydraulic pressure and pneumatic pressure. Electric actuators contribute the largest proportion of the Company’s supply base and the principal items of the scope of supply focus on this actuator type. However, where the need relates to hydraulic and pneumatic actuators then the Terms and Conditions of this arrangement will be extended to these other types of actuator also.
The requirements for the supply and delivery of electric actuators to be procured by the Company, and its Partners, for its Water, Wastewater and Bioresources asset base across process and network applications. The Kit Framework scope for actuators shall include the selection, design & manufacture, supply & delivery of, off-loading and Factory Acceptance Test (FAT) of new and replacement actuators for the operation and control of valves including penstocks. Services in support of the Framework include pre-selection assistance, after sales services & technical support including provision of information using a Building Information Modelling (BIM) approach, provision of spares, components & consumables of the actuator supplied during the actuator asset life span.
The Kit Framework shall include the option to ‘repair and refurbish’ the actuator asset during the warranty period.
It is essential that fit for purpose actuators are selected with optimum performance and least potential whole life cost.
Other Framework services which shall include, but not be limited to, the measurement & reporting of key performance indicators around time, cost and quality via monthly reports and participation in Supplier Relationship Management (SRM) review meetings to drive continuous improvement.
Excluded from the Kit Framework scope will be disposal, hire, and refurbishment and repair services for UU Water, Wastewater and Digital Services Operations outside of the warranty period.
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: £9,600,000
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: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The length of the Framework agreements shall be for an initial two (2) years with an option to extend annually upon mutual agreement for a period of up to six (6) years, so that the potential total aggregated duration of the Framework Agreement term shall be some eight (8) years.
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.2.14) Additional information
Applicants should review the document named as "READ ME FIRST PRO004557'. This READ ME FIRST document has been developed to provide guidance to Applicants or interested parties that are considering or shall be intending to seek qualification for inclusion on the tender list for PRO004557 Goods-Framework-Supply of Actuators.
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
21 December 2022
Local time
3:00pm
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