Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Susan Owen
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