Tender

Sludge Disposal and/or Restoration, Sludge Treatment and Sludge Storage

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-016964

Procurement identifier (OCID): ocds-h6vhtk-046c8d

Published 31 May 2024, 9:49am



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Donna Muldoon

Email

Donna.Muldoon@uuplc.co.uk

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=82260&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=82260&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

Sludge Disposal and/or Restoration, Sludge Treatment and Sludge Storage

Reference number

PRO004779

two.1.2) Main CPV code

  • 90513900 - Sludge disposal services

two.1.3) Type of contract

Services

two.1.4) Short description

United Utilities ae seeking alternate ways to dispose of and/or treat its raw sludge for circa 100,000 tonnes per annum. The requirement of this DPS will be in 3 lots: Lot 1: Sludge Disposal and/ or Restoration In this lot the Company's is sourcing supplier's who can dispose of a set volume of its raw sludge per annum. Lot 2: Sludge Treatment In this lot the Company's is sourcing supplier's who could treat a set volume of its raw sludge per annum in line with the Biosolids Assurance Scheme (BAS). Lot 3: Sludge Storage In this lot the Company's is sourcing storage capacity in either an outdoor hard standing area or roof covered storage area for its Biosolids (treated sludge). Sludge would be stored over a number months before being transferred to its final destination by the Company.

Applicants are required to submit their response to the DPS Questionnaire by 12PM 01/07/2024 to be assessed prior to the first round of mini-competitions/ awards estimated to be run in July 2024

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

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

Sludge Disposal and/or Restoration

Lot No

1

two.2.2) Additional CPV code(s)

  • 90513600 - Sludge removal services
  • 90513700 - Sludge transport services
  • 90513800 - Sludge treatment services
  • 90531000 - Landfill management services
  • 90722300 - Land reclamation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Sludge disposal and/ or restoration services for the disposal of raw sludge

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: £8,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Procedure is a Dynamic Purchasing System and will be for a term of 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

Sludge Treatment (1)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90513600 - Sludge removal services
  • 90513700 - Sludge transport services
  • 90513800 - Sludge treatment services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Sludge treatment services at suppliers premises for raw sludge

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Procedure is a Dynamic Purchasing System and will be for a term of 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

Sludge Storage (1)

Lot No

3

two.2.2) Additional CPV code(s)

  • 44611400 - Storage tanks
  • 44611420 - Sludge-storage tanks
  • 44613400 - Storage containers
  • 63121100 - Storage services
  • 90513600 - Sludge removal services
  • 90513700 - Sludge transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Storage locations for Biosolids (treated sludge) in either outdoor hard standing or roof covered areas, accessible by artic tankers.

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: £2,500,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

2 July 2029

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

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

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