Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
United Utilities Water Ltd
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Lorraine Elliott
Telephone: +44 1925678015
E-mail: lorraine.elliott@uuplc.co.uk
NUTS: UKD
Internet address(es)
Main address: http://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=34800&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=34800&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
PRO004333-Services-Framework-Inventory Management Partner
Reference number: Inventory Management Partner
II.1.2) Main CPV code
63120000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision and design of all stock and spare parts storage and transportation, alongside performance data analytics and advice on service/system improvements to best meet the needs of the Company's maintenance staff responsible for the reliability of operational assets.
The service will be used by the Company’s water, wastewater, bio-resources teams which covers both infrastructure and non-infrastructure assets, contract partners and the maintenance service provider.
II.1.5) Estimated total value
Value excluding VAT:
15 320 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63120000
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
As part of United Utilities Maintenance Excellence Programme, this requirement is for an integrated inventory management solution consisting of a range of storage, transport, catalogue, and data management facilities, which will need to be designed to best meet the needs of the maintenance staff responsible for the reliability of operational assets.
The achievement of this outcome will align with the other activities in progress to achieve Systems Thinking ALM capability level 4, which states that ‘The management of replacement parts is centralised with supplier performance being monitored and tool requirements moving from hardware to software’.
It is anticipated that the service to support these drivers will be used by the Company’s water, wastewater and bio-resources teams which covers both infrastructure and non-infrastructure assets, contract partners and the maintenance service provider.
The Key requirements will include, but not be limited to the following innovative/alternative solutions to achieve the overall goal:
Consultancy
— service provider partner.
Stock tracking and data analysis
— data capture and analysis,
— physical coding of stock,
— integration of inventory management system,
— electronic product catalogue,
— data security.
Storage
— central store and distribution centre facility,
— water infrastructure storage and emergency response service,
— long term storage,
— local storage facilities,
— stock control,
— in-storage maintenance,
— obsolescence, expiry and disposal,
— physical security,
— safety.
Distribution
— distribution model,
— goods in locations,
— transportation services,
— packaging,
— further evolution areas.
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:
15 320 000.00
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:
Yes
Description of options:
Initial 3 years with options to extend of up to 5 years in 12-month 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.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please refer to procurement documents.
Minimum level(s) of standards required:
Please refer to procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to procurement documents.
Minimum level(s) of standards required:
Please refer to 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 a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 155-383832
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/11/2020
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
14/12/2020
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 and Wales
City of Westminster
London
UK
VI.5) Date of dispatch of this notice
06/10/2020