Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 2nd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c179
Common Procurement VocabularyDosing plant
Procurement MethodNegotiated procedure with prior call for competition
Value£9,700,000
More Tenders »

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 2nd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c179
Common Procurement VocabularyDosing plant
Procurement MethodNegotiated 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

Email

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