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=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