Contract notice - utilities

Information

Published

Expire date: 17/03/2025

External Reference: 2025-530259

FTS Reference: 2025-005022

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: Donna Muldoon
Telephone: +44 1925678012
NUTS code:  UK -  UNITED KINGDOM
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=90377&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

Biosolids Delivery and Field Management Services
Reference number:  PRO004672
II.1.2)

Main CPV code

90513700  -  Sludge transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The tender is for the collection, transportation and unloading of Biosolids from Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers
II.1.5)

Estimated total value

Value excluding VAT: 24800000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 North
Lot No:  1
II.2.2)

Additional CPV code(s)

90513600  -  Sludge removal services
90513900  -  Sludge disposal services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The sites involved in this lot Carlisle WwTW and Penrith WwTW
The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers
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: 3200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter
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
II.2)

Description

II.2.1)

Title

Lot 2 Central
Lot No:  2
II.2.2)

Additional CPV code(s)

90513600  -  Sludge removal services
90513900  -  Sludge disposal services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
North West England
II.2.4)

Description of the procurement

The sites involved in this lot Blackburn WwTW
The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers
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: 14300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter
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
II.2.14)

Additional information

Transfer Station and other WwTW
The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) or alternate end destinations
II.2)

Description

II.2.1)

Title

Lot 3 Additional Transportation Services (1)
Lot No:  3
II.2.2)

Additional CPV code(s)

90513600  -  Sludge removal services
90513900  -  Sludge disposal services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
North West England
II.2.4)

Description of the procurement

Transfer stations and additional sites
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: 7100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: 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 several operators
Envisaged maximum number of participants to the framework agreement:  7
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:  17/03/2025
Local time:  12:00
IV.2.3)

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

Date: 23/04/2025
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
UK