Contract notice - utilities

Information

Published

Date of dispatch of this notice: 14/01/2020

Expire date: 20/02/2020

External Reference: 2020-515648

TED Reference: 2020/S 011-022676

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Brendon Drury
Telephone: +44 7919299174
Internet address(es):
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=31683&B=UNITEDUTILITIES
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

PRO004167-Services-Framework-Grit Recycling Services
Reference number:  PRO004167
II.1.2)

Main CPV code

90514000  -  Refuse recycling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Scope of this agreement will be for the provision of a sustainable and commercially efficient solution for the recycling and /or re-use of its Wastewater sewage grits (EWC 19.08.02). Grit is collected from the Company’s Wastewater sites by its grit and screenings framework providers who transport the screenings to landfill and the grits to one of three designated UUW transfer sites, where the grit is then tipped onto designated areas. As part of this agreement the Company requires a supplier to undertake grit recycling services. The Supplier will be responsible for any drying and separating of grits from oversized fractions or screening content, sourcing of end disposal outlets and the loading and transportation to the chosen end disposal outlet.
II.1.5)

Estimated total value

Value excluding VAT: 2400000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

42914000  -  Recycling equipment
43260000  -  Mechanical shovels, excavators and shovel loaders, and mining machinery
II.2.4)

Description of the procurement

Requirements include:
1. The provision of equipment and resource to dry the grits.
2. The provision of equipment and resource to separate the processed grits from oversized fractions and screenings.
3. The provision to recycle and/or re-use of the grits.
4. The provision to source and maintain end disposal destination outlets for the grits.
5. The transportation of the grits to the end disposal destination.
6. The loading and unloading of grits onto the suppliers vehicles.
7. The provision of multiple vehicles to transport grits to the end disposal destination.
8. The provision of vehicles to transport the screenings to the Company’s chosen end disposal destination.
9. Hold the relevant permits capable of taking EWC 19.08.02.
10. Hold the relevant plant licence required to undertake the services required.
11. Provide clear accessible audit trails including access and view of Duty of Care Notes, Weigh tickets, signing in and out documentation.
12. Preparation of ecological method statements, specifications or guidance notes and provision of specialist on site support or supervision.
13. Provision of services relating to protected species licencing, including licence preparation and close down, coordination and on site supervision.
14. Consultation with regulatory authorities, relevant landowners and 3rd party groups and external record centres.
15. Completing task specific method statements, supporting risk assessments and implementing all necessary safe systems of work.
16. Consultation with third party land owners in order to secure access.
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: 2400000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
5 year initial agreement with the option to extend for a further 3 years in yearly 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 possibly 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 possibly required:  
Please refer to procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please refer to procurement documents
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Please refer to the procurement documents
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Please refer to the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to 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

Framework agreement with a single operator
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 136-335155
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/02/2020
Local time:  14:00
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
UK