Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 3
Status Active
Published 13th Feb 2025
Reference | ocds-h6vhtk-04dee5 |
Common Procurement Vocabulary | Sludge transport services |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £24,800,000 |
United Kingdom
Category Services
Type
No. of Lots 3
Status Active
Published 13th Feb 2025
Reference | ocds-h6vhtk-04dee5 |
Common Procurement Vocabulary | Sludge transport services |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £24,800,000 |
Section I: Contracting entity
I.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Donna Muldoon
Donna.Muldoon [at] uuplc.co.uk
Telephone
+44 1925678012
Country
United Kingdom
NUTS code
UK - United Kingdom
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=90377&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=90377&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
Biosolids Delivery and Field Management Services
Reference number
PRO004672
II.1.2) Main CPV code
- 90513700 - Sludge transport services
II.1.3) Type of contract
Services
II.1.4) Short description
The tender is for the collection, transportation and unloading of Biosolids from Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers
II.1.5) Estimated total value
Value excluding VAT: £24,800,000
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
Lot 1 North
Lot No
1
II.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
The sites involved in this lot Carlisle WwTW and Penrith WwTW
The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers
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: £3,200,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter
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) Description
II.2.1) Title
Lot 2 Central
Lot No
2
II.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
North West England
II.2.4) Description of the procurement
The sites involved in this lot Blackburn WwTW
The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers
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: £14,300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter
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
Transfer Station and other WwTW
The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) or alternate end destinations
II.2) Description
II.2.1) Title
Lot 3 Additional Transportation Services (1)
Lot No
3
II.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
North West England
II.2.4) Description of the procurement
Transfer stations and additional sites
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: £7,100,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter
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
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
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.1.3) 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: 7
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
17 March 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 April 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
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