Tender

Services-Framework-Provision of Sample Courier Services for Laboratory Services

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2021/S 000-018195

Procurement identifier (OCID): ocds-h6vhtk-02ce81

Published 30 July 2021, 9:38am



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Susan Owen

Email

RegulatoryProcurementTeam@uuplc.co.uk

Telephone

+44 19255678021

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

02366678

Internet address(es)

Main address

http://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=39019&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=39019&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

Services-Framework-Provision of Sample Courier Services for Laboratory Services

Reference number

PRO004283

two.1.2) Main CPV code

  • 64120000 - Courier services

two.1.3) Type of contract

Services

two.1.4) Short description

United Utilities Laboratory Services require a courier service for the transportation of samples from sites across the Company to the central Laboratory at Lingley Mere (Warrington) on a daily basis.

Samples need to be transported under refrigerated conditions to ensure that they are maintained at a temperature of between 2 and 7 degrees centigrade. It is a requirement to maintain evidence that this has been achieved to enable United Utilities to adhere to regulatory requirements with respect to the transportation of accredited samples under the Environment Agency’s Monitoring Certification Scheme (MCERTs), Drinking Water Test Specifications (DWTS) and ISO 17025. The tender will look to award to a sole supplier to provide the service.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 64120000 - Courier services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

United Utilities Laboratory Services require a courier service for the transportation of samples from sites across the Company to the central Laboratory at Lingley Mere (Warrington) on a daily basis.

It is a requirement of OFWAT (The Water Services Regulation Authority) that the Company constantly undertakes analysis of water/waste water samples from various sample points throughout the North-West Region.

Water Quality Officers, Network Owners, Wastewater Operatives, Trade Effluent Officers, Agricultural Advisors and Project Staff obtain the samples requiring analysis. Samples are left at drop off points for collection by the dedicated courier in a refrigerated van.

Samples need to be transported under refrigerated conditions to ensure that they are maintained at a temperature of between 2 and 7 degrees centigrade. It is a requirement to maintain evidence that this has been achieved to enable United Utilities to adhere to regulatory requirements with respect to the transportation of accredited samples under the Environment Agency’s Monitoring Certification Scheme (MCERTs), Drinking Water Test Specifications (DWTS) and ISO 17025.

On collection, the courier takes the samples to a Sample Registration Centre (SRC) or directly to Lingley Mere Laboratories Sample Reception. An additional dedicated courier service is then required to operate between the SRC’s and the Laboratories at Lingley Mere, where required.

Consignment Notes or Delivery Notes detailing the sample load carried and all other required information to the Laboratory at Lingley Mere are part of the hand-over procedure at the SRCs and the Laboratory. These are currently in paper form, the Company would like to move this to an electronic format, where reports should consist of (minimum requirement):

• Sample bottle barcode number

• crate barcode number

• vehicle registration

• collection date and time

• collection location

• time samples dropped off

• location of sample drop 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: £4,000,000

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

Duration in months

96

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: 4

Objective criteria for choosing the limited number of candidates:

PQQ

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

List and brief description of selection criteria

Please refer to procurement documents

Minimum level(s) of standards possibly required

Please refer to procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to procurement documents

Minimum level(s) of standards possibly required

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 a single operator

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

26 August 2021

Local time

5:00pm

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.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom