Tender

Provision of Water and Waste Water Services for Harris Federation

  • Harris Federation

F02: Contract notice

Notice identifier: 2023/S 000-003804

Procurement identifier (OCID): ocds-h6vhtk-03a3b9

Published 8 February 2023, 8:50am



Section one: Contracting authority

one.1) Name and addresses

Harris Federation

4th Floor Norfolk House, Wellesley Road

Croydon

CR0 1LH

Contact

John Mason

Email

John.Mason@harrisfederation.org.uk

Telephone

+44 2082537777

Fax

+44 2082537778

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.harrisfederation.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA30809

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Water and Waste Water Services for Harris Federation

two.1.2) Main CPV code

  • 50411100 - Repair and maintenance services of water meters

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Water and Waste Water Services with AMR

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44161200 - Water mains

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Academies in London and Essex

two.2.4) Description of the procurement

Provision of water and waste water services as per the ITT.

Start Date March 2023 for a period of seven years

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: £4,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

22 March 2023

End date

21 March 2030

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

Additional information can be found in the ITT and supporting documents.


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

Suitably qualified organisation must hold a water supply and/or sewerage license as issued by OFWAT.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Please refer to ITT documents

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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Uncertainty in market requires financial security over five years

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 164-164543

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 7 June 2023

four.2.7) Conditions for opening of tenders

Date

7 March 2023

Local time

4:30pm


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.3) Additional information

Can be found in the ITT

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228662.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:228662)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit