Construction Contract Leads
North West
Category Goods
Type
No. of Lots 1
Status Active
Published 2nd Dec 2024
Reference | ocds-h6vhtk-04c179 |
Common Procurement Vocabulary | Dosing plant |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £9,700,000 |
North West
Category Goods
Type
No. of Lots 1
Status Active
Published 2nd Dec 2024
Reference | ocds-h6vhtk-04c179 |
Common Procurement Vocabulary | Dosing plant |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £9,700,000 |
Section I: Contracting entity
I.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Daniel Vass
Daniel.Vass [at] uuplc.co.uk
Telephone
+44 7920207375
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=88112&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=88112&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
PRO004828-Goods-Framework-Supply of Chemical Dosing Equipment
Reference number
PRO004828
II.1.2) Main CPV code
- 42993200 - Dosing plant
II.1.3) Type of contract
Supplies
II.1.4) Short description
A proposed supply of goods agreement is to be put in place for the supply of Chemical Dosing Equipment. The equipment will be housed in an arrangement of containers/kiosks which will contain pumps, pipework, valves and control equipment. The scope of this agreement is the supply of a rig – a self-contained system/solution comprising of all aspects of the chemical dosing requirement.
The purpose of the chemical dosing equipment is to treat wastewater with ferric or 22% caustic chemical for the purpose of phosphorous removal and/or to treat wastewater with nitrate chemicals for Septicity Prevention.
The Chemical Dosing Equipment will be required as three different types, for a total of 7 different sizes.
II.1.5) Estimated total value
Value excluding VAT: £9,700,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 24962000 - Water-treatment chemicals
II.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
North West England
II.2.4) Description of the procurement
A proposed supply of goods agreement is to be put in place for the supply of Chemical Dosing Equipment. The equipment will be housed in an arrangement of containers/kiosks which will contain pumps, pipework, valves and control equipment. The scope of this agreement is the supply of a rig – a self-contained system/solution comprising of all aspects of the chemical dosing requirement.
The purpose of the chemical dosing equipment is to treat wastewater with ferric or 22% caustic chemical for the purpose of phosphorous removal and/or to treat wastewater with nitrate chemicals for Septicity Prevention.
The Chemical Dosing Equipment will be required as three different types, for a total of 7 different sizes.
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: £9,700,000
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
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: 2
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
20 December 2024
Local time
4:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 January 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