Contract notice - utilities

Information

Published

Expire date: 05/09/2024

External Reference: 2024-597148

FTS Reference: 2024-026004

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: Amber-Rose Manley
Telephone: +447 770470692
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=84672&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

External Chemical Tank Inspections
Reference number:  PRO004724
II.1.2)

Main CPV code

50514100  -  Repair and maintenance services of tanks
II.1.3)

Type of contract

Services
II.1.4)

Short description

The external inspections of chemical/fuel tanks is to be procured by the Company for in service Category A/B tanks located across its Water, Wastewater and Bioresources sites. The Services Framework scope of the inspections include external/non-intrusive tests on a variety of chemical/fuel tanks in accordance with EEMUA 159 standards. The tanks vary in size and age and are constructed from Steel, Plastic and GRP. The Contractor must have the appropriate EEMUA 159 or equivalent qualifications in order to complete the inspection, and EEMUA 159 TankAssessor to produce a report ultimately assessing the fitness for service of the tank. The Company has an indicative programme of work including what tanks are expected to require inspections within the next several years but the Contractor shall complete the inspections as directed by the Company.
II.1.5)

Estimated total value

Value excluding VAT: 1800000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44611400  -  Storage tanks
44611410  -  Oil-storage tanks
50514100  -  Repair and maintenance services of tanks
90913000  -  Tank and reservoir cleaning services
90913100  -  Tank-cleaning services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
North West England
II.2.4)

Description of the procurement

The Company has many Chemical/Fuel tanks located across the Water, Wastewater and Bioresource sites. Some of these tanks have been identified as high-risk Category A/B tanks that require in service external inspections. The tanks vary in age and size and are constructed out of Plastic, Steel and GRP. They contain many different chemicals and fuels used across the Company’s sites.
The external/non-intrusive inspections must be completed in accordance with EEMUA 159 standards. The Contractor must have the appropriate qualifications to complete the inspections and submit the reports assessing the tanks fitness for Service.
The Company has developed an indicative programme of work, identifying what tanks are expected to require inspections and when. The Company will work with the Contractor to schedule the inspections at the most appropriate times.
It is essential that the tanks located on site are inspected within an appropriate timeframe in order to ensure that the assets are in a safe condition and to protect the health and safety of all site personnel. Excluded from the Framework scope will be any internal/intrusive inspections.
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: 1800000.00  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: 3
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.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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/09/2024
Local time:  15:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/09/2024
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:  yes
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