Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Ryan Wardle
Telephone
+44 7881230517
Country
United Kingdom
NUTS code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
http://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.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=43200&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=43200&B=UNITEDUTILITIES
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework-Services-Hazardous Waste Management & Cleaning Services
Reference number
PRO004345
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this tender process is to award a framework agreement for the provision of hazardous waste collection, treatment and disposal across multiple sites for the Company’s hazardous waste streams, plus the emptying of the tanks, vessels and other containers followed by chemical cleaning.
two.1.5) Estimated total value
Value excluding VAT: £2,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Lot 1 - Hazardous Waste Management & Cleaning Services – North of UU region
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Provision of services to the north of the United Utilities region, Carlisle to Lancaster
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £867,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year award with options to extend by up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Hazardous Waste Management & Cleaning Services – South West of UU region
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Provision of services to the South West of the United Utilities region, Fleetwood to Northwich, Wirral to Warrington
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £867,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year award with options to extend by up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Hazardous Waste Management & Cleaning Services – South East of UU region
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Provision of services to the south east of the United Utilities region, Ribble Valley to Macclesfield, Bolton to High Peak
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £867,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year award with options to extend by up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.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
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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: 6
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-030194
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
United Utilities
Warrington
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
United Utilities
Warrington
Country
United Kingdom