Construction Tenders

Sat July 27 2024

Related Information

Construction Contract Leads

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 26th Jul 2024

Tender Details
Referenceocds-h6vhtk-04851d
Common Procurement VocabularyWater tanks
Procurement MethodNegotiated procedure with prior call for competition
Value£26,720,000
« Previous Page

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 26th Jul 2024

Tender Details
Referenceocds-h6vhtk-04851d
Common Procurement VocabularyWater tanks
Procurement MethodNegotiated procedure with prior call for competition
Value£26,720,000

Section I: Contracting entity

I.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Harry East

Email

Harry.East [at] uuplc.co.uk

Telephone

+44 7867446545

Country

United Kingdom

NUTS 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

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=84048&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=84048&B=UNITEDUTILITIES

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

PRO004798-Goods-Framework-Supply of Detention Tanks

II.1.2) Main CPV code

  • 44611500 - Water tanks

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Company intends to award a framework (supply of goods) for the supply of foul water detention tanks which will be installed anywhere within the company operating network. The purpose of the tanks is to reduce the demand put upon wastewater treatment works by creating extra storage capacity. In periods of heavy flows, the Combined Sewer Overflows will spill into the tank. The water can then be pumped out of the detention tanks and sent to the wastewater treatment works during a period of lower demand. This will help to reduce the number of sewage spill incidents.

II.1.5) Estimated total value

Value excluding VAT: £26,720,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

PRO004798-Goods-Framework-Supply of Detention Tanks

Lot No

1

II.2.2) Additional CPV code(s)

  • 44611400 - Storage tanks

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

II.2.4) Description of the procurement

The Company intends to award a framework (supply of goods) for the supply of foul water detention tanks which will be installed anywhere within the company operating network. The purpose of the tanks is to reduce the demand put upon wastewater treatment works by creating extra storage capacity. In periods of heavy flows, the Combined Sewer Overflows will spill into the tank. The water can then be pumped out of the detention tanks and sent to the wastewater treatment works during a period of lower demand. This will help to reduce the number of sewage spill incidents.

The Company will request two types of tanks – a self-contained pre-formed ‘integrated’ type (typically for lower storage volume requirements) and a multi-tank ‘modular’ type (typically for higher volume requirements).

The bidders will be given the required outputs (volume of water to be stored) and a list of mandatory and desirable criteria and will be asked to provide a standard “off the shelf” solution rather than working to bespoke designs in order to assist with standardisation.

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: £26,720,000

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 Deadline is 23rd August 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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior 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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

IV.1.8) Information about the 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

23 August 2024

Local time

5:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


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

Country

United Kingdom