Tender

PRO004557 Goods-Framework-Supply of Actuators

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-033286

Procurement identifier (OCID): ocds-h6vhtk-0387d3

Published 23 November 2022, 4:22pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Matthew Walker

Email

matthew.walker2@uuplc.co.uk

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