
Market Leads & Opportunities
United Kingdom-Warrington: PRO004482-Services-Framework-Wastewater Inlet Screens, River Intake & CSO Screens
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-025878/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Global bid
Contract notice
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: Grace Power
Telephone: +44 1925678021
Email: grace.power@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: PRO004482-Services-Framework-Wastewater Inlet Screens, River Intake & CSO Screens
II.1.2) Main CPV code: 42996500
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
II.1.5) Estimated total value
Value excluding VAT: 21600000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
Maximum number of lots that may be awarded to one tenderer:3
II.2) Description
II.2.1) Title: Inlet Screens & Screen Handling Equipment
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 45259000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
There are a number of different types of screens used in the water industry, which can be segmented into a number of sub-categories, examples of which are named below:
• Inlet Screens (Fine & Coarse)
• Network Combined Sewage Overflow Screens (CSO Static & CSO Powered)
• River Intake /Pumping Stations & Raw Water Screens
This agreement will only cover services deemed unsupported as defined by the Maintenance Excellence Group (MEG). Refurbishments that require multiple disciplines that UU cannot do in-house will continue to go through the MSP supported route or via the CDP’s.
The scope for repair & servicing shall cover the following:
• Disconnection of asset (if specified by UU)
• Transportation of assets to and from site
• Strip & Report
• Quote
• Repair
• Provide materials
• Reinstallation of asset
• Testing/Commissioning of asset
• On site emergency repairs to ‘make safe’
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 12960000.00 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:
4 year contract with the option to extend for a further 4 years in 12 months increments
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: Network & CSO Screens – Powered & Non Powered
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 42996500
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 5400000.00 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:
4 year contract with the option to extend for a further 4 years in 12 months increments
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: River Intake/Pumping Stations & Raw Water Screens
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 42996500
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 3240000.00 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:
4 year contract with the option to extend for a further 4 years in 12 months increments
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
List and brief description of selection criteria:
Please refer to procurement documents
Minimum level(s) of standards possibly required:
Please refer to procurement documents
List and brief description of selection criteria:Please refer to procurement documents
Minimum level(s) of standards possibly required:Please refer to procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
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:2021-11-11 Local time:16:00
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
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 Water Ltd
Town: Warrington
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: United Utilities Water Ltd
Town: warrington
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2021-10-15
More Opportunties
- Virtual Desktop Infrastructure, Private Cloud, Mobile Device Management Software – Exporting Opportunity
5 Jun 25
Opportunity type: Public Sector Industry: Software & Computer Services, Technology and smart cities A public organisation is looking for a supplier of software for VDI, private cloud and MDM system. You must be able to provide: VMware Cloud Foundation 5 W> > - United Kingdom-Swindon: Integra Onboarding of Shared Service Customer for HE
5 Jun 25
For the on-boarding of a new shared service customer to support their set-up on Integra the following are required • Integra Software Licence Charge • Annual Maintenance • Technical support of set-up of new instance Annual Maintenance will co-terminus wit> > - Tender for Dairy Heifers – Exporting Opportunity
5 Jun 25
Opportunity type Public Sector Industry Agriculture, horticulture, fisheries and pets, Food and drink The government of Jamaica is seeking to procure the supply and delivery of cattle livestock. Description The government agency is seeking to procure heif> >