Tender

PRO004606 - Works - Lostock WTW Filter Refurbishment

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-018224

Procurement identifier (OCID): ocds-h6vhtk-034dd8

Published 4 July 2022, 5:41pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Trevor Ford

Email

regulatoryprocurementteam@uuplc.co.uk

Telephone

+44 07902757846

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=49948&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=49948&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

PRO004606 - Works - Lostock WTW Filter Refurbishment

Reference number

PRO004606

two.1.2) Main CPV code

  • 45252120 - Water-treatment plant construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The works consists of the design, construction and commissioning of the following at Lostock WTW

Refurbishment of the concrete structure and replacement of the filter plenum floor of 2 No. current rapid gravity filters (Filters 7 and 8) to prevent erosion of exposed surfaces, prevent water quality deterioration, and ensure satisfactory performance of the filter underdrains.

Replacement of the steel plenum floors and air scour pipework system of 4 No. steel rapid gravity filters to prevent water quality deterioration, and ensure satisfactory performance of the filter underdrains.

Topping up of anthracite media in 8 No. Filters final depth required 400mm (as per the Employer’s Standard Operating Procedure).

Provision of 2no stainless steel access ladders in each of the concrete construction rapid gravity filters

Replacement of the Clean Backwash Water Control Valve LKA-WW-VA007 (A5/AV6062) for the 6 No. steel rapid gravity filters

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45252126 - Drinking-water treatment plant construction work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UK - United Kingdom

two.2.4) Description of the procurement

The works consists of the design, construction and commissioning of the following at Lostock WTW

Refurbishment of the concrete structure and replacement of the filter plenum floor of 2 No. current rapid gravity filters (Filters 7 and 8) to prevent erosion of exposed surfaces, prevent water quality deterioration, and ensure satisfactory performance of the filter underdrains.

Replacement of the steel plenum floors and air scour pipework system of 4 No. steel rapid gravity filters to prevent water quality deterioration, and ensure satisfactory performance of the filter underdrains.

Topping up of anthracite media in 8 No. Filters final depth required 400mm (as per the Employer’s Standard Operating Procedure).

Provision of 2no stainless steel access ladders in each of the concrete construction rapid gravity filters

Replacement of the Clean Backwash Water Control Valve LKA-WW-VA007 (A5/AV6062) for the 6 No. steel rapid gravity filters

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: £5,000,000

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

Duration in months

12

This contract is subject to renewal

No

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

Envisaged minimum number: 4

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

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.1.8) 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 August 2022

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 September 2022

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

Tender must be valid until: 25 December 2022


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