Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Ryan Seddon
Telephone
+44 7771396216
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=87323&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=87323&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
Goods-Framework-Supply of LV Electric Motors
Reference number
PRO004555
two.1.2) Main CPV code
- 31110000 - Electric motors
two.1.3) Type of contract
Supplies
two.1.4) Short description
The requirement is for the supply of low voltage electric motors, predominantly on a replacement basis for motors linked to existing UU assets. UU has identified a requirement to improve the efficiency of the motors it purchases and therefore a drive to purchase motors certified to IE4 class efficiency where it is feasible to do so, and IE3 class efficiency where IE4 is not feasible. UU purchase a wide range of assets including, but not limited to, Pumps, Screens, Conveyors, Scrapers, Filtration Systems and Centrifuges. All of these assets are supplied with a motor, often unique to the performance of the asset, as a component of the equipment. If the motor fails at any point during the lifetime and cannot be repaired or it is deemed commercially unviable to repair, there is a need for UU to replace the motor in a timely manner to ensure production and site operations continue.
two.1.5) Estimated total value
Value excluding VAT: £5,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31131000 - Single-phase motors
- 31132000 - Multi-phase motors
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The requirement is for the supply of low voltage electric motors, predominantly on a replacement basis for motors linked to existing UU assets. UU has identified a requirement to improve the efficiency of the motors it purchases and therefore a drive to purchase motors certified to IE4 class efficiency where it is feasible to do so, and IE3 class efficiency where IE4 is not feasible. UU purchase a wide range of assets including, but not limited to, Pumps, Screens, Conveyors, Scrapers, Filtration Systems and Centrifuges. All of these assets are supplied with a motor, often unique to the performance of the asset, as a component of the equipment. If the motor fails at any point during the lifetime and cannot be repaired or it is deemed commercially unviable to repair, there is a need for UU to replace the motor in a timely manner to ensure production and site operations continue.
The purpose is therefore to develop a framework to provide a streamlined and more efficient system of purchasing motors and to maximise the benefits through a managed contract with a selected supplier base (UU proposes to award to 2 (two) suppliers at the conclusion of the tender process). The framework will be utilised directly by UU and therefore the Supplier will be required to work directly with UU in terms of ordering, delivery and technical support including assisting in motor selection and supporting the company drive for IE4., governed by agreed pricing and framework terms & conditions. The Supplier(s) will also be required to procure and supply specific OEM motors for UU in situations where a specific need arises, and whilst this is anticipated to be a small percentage of the overall needs, the Bidder must have the capacity to provide this distributor supply model, governed by a cost-plus pricing mechanism.
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: £5,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Initial award is 2 years, with extensions for 6 further years available.
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
Selection criteria as stated in the 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: 2
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
Originally published as:
Date
9 December 2024
Local time
3:00pm
Changed to:
Date
16 December 2024
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 December 2024
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom