Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Harry East
Telephone: +44 7867446545
E-mail: Harry.East@uuplc.co.uk
NUTS: UKD
Internet address(es)
Main address: https://www.unitedutilities.com
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
I.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=83342&B=UNITEDUTILITIES
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83342&B=UNITEDUTILITIES
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PRO004791-Goods-Framework-The Supply of Kiosks
Reference number: PRO004791
II.1.2) Main CPV code
31682110
II.1.3) Type of contract
Supplies
II.1.4) Short description
The purpose of this framework is to secure supply for a range of standard products developed to meet the predicted source demand of AMP8 for:
• Distribution Network Operator (DNO) kiosk
• CSO kiosk
• Detention Tank Return Pump kiosk
A kiosk is standalone structure which is designed for secure storage of electrical components. They can be manufactured from various materials such as steel or GRP.
The development of the standard kiosk products for the Better Rivers work stream has been developed for the DNO power supply, CSO screening, Detention Tank Return Pumps (electrical panel). The aforementioned plant and equipment are key components of a new treatment facility (requiring a new power supply) in the Better Rivers programme of work.
II.1.5) Estimated total value
Value excluding VAT:
5 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
PRO004791-Goods-Framework-The Supply of Kiosks
II.2.2) Additional CPV code(s)
31682110
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
The purpose of this framework is to secure supply for a range of standard products developed to meet the predicted source demand of AMP8 for:
• Distribution Network Operator (DNO) kiosk
• CSO kiosk
• Detention Tank Return Pump kiosk
A kiosk is standalone structure which is designed for secure storage of electrical components. They can be manufactured from various materials such as steel or GRP.
The development of the standard kiosk products for the Better Rivers work stream has been developed for the DNO power supply, CSO screening, Detention Tank Return Pumps (electrical panel). The aforementioned plant and equipment are key components of a new treatment facility (requiring a new power supply) in the Better Rivers programme of work.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
5 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
PQQ Response Deadline is 26th July 2024
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/07/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England & Wales
City of Westminster
London
UK
VI.5) Date of dispatch of this notice
03/07/2024