web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Warrington: Goods-DPS-Alternative Fuel HGV and Commercial Vehicles

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-004414/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid

Dynamic purchasing system
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: United Utilities Water Limited
National registration number: 02366678
Postal address: Lingley Mere Business Park
Town: Warrington
Postal code: WA5 3LP
Country: United Kingdom
Contact Person: Dianne Taylor
Telephone: +44 7824561626
Email: Dianne.Taylor@uuplc.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
Tenders or requests to participate must be submitted
to the above mentioned address
I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Goods-DPS-Alternative Fuel HGV and Commercial Vehicles
Reference number: PRO006410
II.1.2) Main CPV code: 34100000
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
The Company is carrying out the transition to alternative fuel vehicles for both HGV Vehicles and Commercial Vehicles including but not limited to; CNG, LNG and Electric HGV and Commercial Vehicles. This transition is playing an integral role in our strategic priority of becoming carbon net zero by 2030. The list of requirements include and are not limited to; Tankers, Tippers, Articulated Units, Cranes, Trailers, Small, Medium, Large vans, Off Road and Car Derived Vans.

II.1.5) Estimated total value
Value excluding VAT: 90000000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
II.2) Description
II.2.1) Title: Lot 1 Goods – Alternative Fuel HGV and specialist utility vehicles

Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 34114000
Main CPV code: 34131000
Main CPV code: 34133000
Main CPV code: 34133100
Main CPV code: 34136000
Main CPV code: 34139200
Main CPV code: 34144700
Main CPV code: 34144900
Main CPV code: 34223300
Main CPV code: 34223370

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply of Alternative Fuelled HGV and Speciality Vehicles such as:-
Vacuum waste tanker
Potable water tanker
Heavy duty industrial vacuum machine
Bulk Tipper Bodies
Tractor unit
Cranes
Trailers
Tanker remounting
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 45000000.00 Currency: EUR
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: yes
Description of options:
Procedure is a Dynamic Purchasing System and will be for a term of 8 years.

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.2.1) Title: Lot 2 Goods – Alternative Fuelled Commercial Vehicles

Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 34114000
Main CPV code: 34131000
Main CPV code: 34133000
Main CPV code: 34133100
Main CPV code: 34136000
Main CPV code: 34139200
Main CPV code: 34144700
Main CPV code: 34144900
Main CPV code: 34223300
Main CPV code: 34223370

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply of Alternative Fuelled Commercial Vehicles such as
Long wheel based commercial vans
Medium wheel based commercial vans
Small wheel based commercial vans
Car derived vans
Off road 4×4 vehicles
Site vehicles
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 45000000.00 Currency: 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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: yes
Description of options:
Procedure is a Dynamic Purchasing System and will be for a term of 8 years

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

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

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2023-03-14 Local time:15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2023-04-04

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
Official name: High Court of England & Wales
Postal address: City of Westminster
Town: London
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: United Utilities
Town: Warrington
Country: United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained
Official name: United Utilities
Town: Warrington
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2023-02-13