Section one: Contracting authority
one.1) Name and addresses
Countess of Chester Hospital NHS Foundation Trust
Liverpool Road
Chester
CH2 1UL
Country
United Kingdom
NUTS code
UKD63 - Cheshire West and Chester
Internet address(es)
Main address
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
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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