Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Donna Muldoon
Telephone
+44 1925678012
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
02366678
Internet address(es)
Main address
https://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=90377&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=90377&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
Biosolids Delivery and Field Management Services
Reference number
PRO004672
two.1.2) Main CPV code
- 90513700 - Sludge transport services
two.1.3) Type of contract
Services
two.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
two.1.5) Estimated total value
Value excluding VAT: £24,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 North
Lot No
1
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
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: £3,200,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Lot 2 Central
Lot No
2
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
North West England
two.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
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: £14,300,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
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
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
two.2) Description
two.2.1) Title
Lot 3 Additional Transportation Services (1)
Lot No
3
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
North West England
two.2.4) Description of the procurement
Transfer stations and additional sites
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: £7,100,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
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
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
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: 7
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 April 2025
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
Duration in months: 12 (from the date stated for receipt of tender)
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