Opportunity

Water and Wastewater Retail Services Dynamic Purchasing System

  • Countess of Chester Hospital NHS Foundation Trust
  • The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: www.nhssourcing.co.uk

F02: Contract notice

Notice reference: 2021/S 000-011279

Published 20 May 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

Internet address(es)

Main address

https://www.coch.nhs.uk/

one.1) Name and addresses

The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: www.nhssourcing.co.uk

UK

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.nhssourcing.co.uk

one.2) Information about joint procurement

The contract involves 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.nhssourcing.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nhssourcing.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water and Wastewater Retail Services Dynamic Purchasing System

Reference number

DPS10/H2O/21/IB

two.1.2) Main CPV code

  • 65100000 - Water distribution and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The proposed DPS will cover Water and Waste-water Retail Services to eligible non-household customers as described in the document “DPS10 Outline Specification.”

This DPS will operate four separate Lots:

• Lot 1: Supply of core Water and Waste-water Retail Services in England and Wales

• Lot 2: Supply of core Water and Waste-water Retail Services in Scotland

• Lot 3: Supply of Water and Waste-water Retail Services and associated water management and business continuity services in England and Wales

• Lot 4: Supply of Water and Waste-water Retail Services and associated water management and business continuity services in Scotland

Suppliers may apply to one or more Lots.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

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 No

Lot 1 Supply of core Water and Waste-water Retail Services in England and Wales

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Providers will supply Water and Waste-water Retail Services to eligible non-household customers in accordance with the Water Act 2014 (and as amended).

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: £200,000,000

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

Duration in months

48

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) Description

two.2.1) Title

Lot No

Lot 2 Supply of core Water and Waste-water Retail Services in Scotland

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Providers will supply Water and Waste-water Retail Services to eligible non-household customers in accordance with the Water Services etc. (Scotland) Act 2005 (and as amended).

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: £200,000,000

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

Duration in months

48

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) Description

two.2.1) Title

Comprehensive Water Service, England & Wales - Supply of Water and Waste-water Retail Services and associated water management and business continuity services in England and Wales

Lot No

3

two.2.2) Additional CPV code(s)

  • 38421100 - Water meters
  • 65100000 - Water distribution and related services
  • 65500000 - Meter reading service
  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Providers will supply Water and Waste-water Retail Services to eligible non-household customers in accordance with the Water Act 2014 (and as amended).

Providers shall be able to provide access to online consumption monitoring to support customers in their water management activities. Additional charges may be levied for this.

Providers shall, upon request from the Customer, facilitate installation of automatic meter reading or data logging equipment and ensure the readings from any meters installed by the Provider, including via a third party acting on behalf of the Provider are used to provide accurate billing. Additional charges may be levied for this.

Providers shall, upon request from the Customer, assist the Customer with audits and resource efficiency advice and services to support water management and usage reduction activities. Additional charges may be levied for this.

Providers shall, upon request from the Customer, provide advice on emergency and contingency planning. This may include but not be limited to the development of emergency plans, detailing the process each site should follow in the event of disruption to the provision of a clean, safe water supply

Providers shall make available an emergency contact contactable twenty-four (24) hours, seven (7) days per week to help in the event of an emergency.

Providers shall, upon request, represent the customer interests in the provision by the relevant Wholesaler of Emergency Contingency Plans for vulnerable sites. Vulnerable sites may include but are not limited to Hospitals, Prisons, Residential Homes and Schools as identified by Contracting Authorities at Call Off.

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: £200,000,000

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

Duration in months

48

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) Description

two.2.1) Title

Supply of Water and Waste-water Retail Services and associated water management and business continuity services in Scotland

Lot No

4

two.2.2) Additional CPV code(s)

  • 38421100 - Water meters
  • 65100000 - Water distribution and related services
  • 65500000 - Meter reading service
  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Providers will supply Water and Waste-water Retail Services to eligible non-household customers in accordance with the Water Services etc. (Scotland) Act 2005 (and as amended).

Providers shall be able to support enhanced data management including the provision of online account management and consumption monitoring portal which could include but not be limited to the following service provisions:

o ability to submit meter reading entries

o meter reading records

o historical consumption data

o viewable and downloadable invoice data and access to contract information

o consolidated billing viewing

o Contracting Authority account details including sub-sets of sites where the Contracting Authority has responsibility for multiple sites within a portfolio;

o Site list with information comprising but not limited to full address, meter details including meter supply point number, meter type and meter serial number.

Providers shall, upon request from the Customer, facilitate installation of automatic meter reading or data logging equipment and ensure the readings from any meters installed by the Provider, including via a third party acting on behalf of the Provider are used to provide accurate billing. Additional charges may be levied for this.

Providers shall, upon request from the Customer, assist the Customer with audits and resource efficiency advice and services to support water management and usage reduction activities. Additional charges may be levied for this.

Providers shall, upon request from the Customer, provide advice on emergency and contingency planning. This may include but not be limited to the development of emergency plans, detailing the process each site should follow in the event of disruption to the provision of a clean, safe water supply

Providers shall make available an emergency contact contactable twenty-four (24) hours, seven (7) days per week to help in the event of an emergency.

Providers shall, upon request, represent the customer interests in the provision by the relevant Wholesaler of Emergency Contingency Plans for vulnerable sites. Vulnerable sites may include but are not limited to Hospitals, Prisons, Residential Homes and Schools as identified by Contracting Authorities at Call Off.

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: £200,000,000

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

Duration in months

48

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


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

Selection criteria as stated in the 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Electronic auctions may be used in further competitions.

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

Date

21 June 2021

Local time

11:59pm

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.3) Additional information

How to express interest and apply to this DPS:

1) browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities.

2) select the title of the DPS.

3) review the Introduction and instructions, outline specification, pre-requisites and list of eligible users (you may do this without registering).

4) register your organisation on the eSourcing portal (this is only required once).

5) accept the portal terms and conditions and click ‘continue’, enter your organisation and user details; note the username you chose and click ‘Save’ when complete.

You will shortly receive an email with your unique password (please keep this secure).

6) login to the portal with the username/password.

7) click the ‘PQQs/ITTs Open To All Suppliers’ link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier).

8) click on the relevant PQQ/ITT to access the content.

9) click the ‘Express Interest’ button at the top of the page. This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box.

10) Responding to the PQQ. Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).

You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom