Contract notice - utilities

Information

Published

Expire date: 27/08/2021

External Reference: 2021-500821

FTS Reference: 2021-018195

Contract notice - utilities

Contract notice – utilities

Services

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Susan Owen
Telephone: +44 19255678021
NUTS code:  UKD -  NORTH WEST (ENGLAND)
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=39019&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

Services-Framework-Provision of Sample Courier Services for Laboratory Services
Reference number:  PRO004283
II.1.2)

Main CPV code

64120000  -  Courier services
II.1.3)

Type of contract

Services
II.1.4)

Short description

United Utilities Laboratory Services require a courier service for the transportation of samples from sites across the Company to the central Laboratory at Lingley Mere (Warrington) on a daily basis.
Samples need to be transported under refrigerated conditions to ensure that they are maintained at a temperature of between 2 and 7 degrees centigrade. It is a requirement to maintain evidence that this has been achieved to enable United Utilities to adhere to regulatory requirements with respect to the transportation of accredited samples under the Environment Agency’s Monitoring Certification Scheme (MCERTs), Drinking Water Test Specifications (DWTS) and ISO 17025. The tender will look to award to a sole supplier to provide the service.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

64120000  -  Courier services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
II.2.4)

Description of the procurement

United Utilities Laboratory Services require a courier service for the transportation of samples from sites across the Company to the central Laboratory at Lingley Mere (Warrington) on a daily basis.
It is a requirement of OFWAT (The Water Services Regulation Authority) that the Company constantly undertakes analysis of water/waste water samples from various sample points throughout the North-West Region.
Water Quality Officers, Network Owners, Wastewater Operatives, Trade Effluent Officers, Agricultural Advisors and Project Staff obtain the samples requiring analysis. Samples are left at drop off points for collection by the dedicated courier in a refrigerated van.
Samples need to be transported under refrigerated conditions to ensure that they are maintained at a temperature of between 2 and 7 degrees centigrade. It is a requirement to maintain evidence that this has been achieved to enable United Utilities to adhere to regulatory requirements with respect to the transportation of accredited samples under the Environment Agency’s Monitoring Certification Scheme (MCERTs), Drinking Water Test Specifications (DWTS) and ISO 17025.
On collection, the courier takes the samples to a Sample Registration Centre (SRC) or directly to Lingley Mere Laboratories Sample Reception. An additional dedicated courier service is then required to operate between the SRC’s and the Laboratories at Lingley Mere, where required.
Consignment Notes or Delivery Notes detailing the sample load carried and all other required information to the Laboratory at Lingley Mere are part of the hand-over procedure at the SRCs and the Laboratory. These are currently in paper form, the Company would like to move this to an electronic format, where reports should consist of (minimum requirement):
• Sample bottle barcode number
• crate barcode number
• vehicle registration
• collection date and time
• collection location
• time samples dropped off
• location of sample drop off
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: 4000000.00  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: 4
Objective criteria for choosing the limited number of candidates:
PQQ
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

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.2)

Conditions related to the contract

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/08/2021
Local time:  17:00
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.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK