Tender

Supply and Delivery of Laboratory Bottles and Containers

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2023/S 000-018668

Procurement identifier (OCID): ocds-h6vhtk-038bc3

Published 30 June 2023, 12:24pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Helen Hughes

Email

Helen.Hughes1@uuplc.co.uk

Telephone

+44 07387525375

Country

United Kingdom

Region code

UKD - North West (England)

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=70168&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=70168&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

Supply and Delivery of Laboratory Bottles and Containers

Reference number

PRO004585

two.1.2) Main CPV code

  • 33790000 - Laboratory, hygienic or pharmaceutical glassware

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Company needs to purchase a selection of laboratory bottles and containers in order to undertake sampling and analysis of water and wastewater across the North West. The bottles and containers are required for the collection of water and wastewater samples in accordance with operational and regulatory sampling frequencies. The collected samples are then transported to the central laboratory at Lingley Mere for analysis. The Scientific Services team undertake the analysis of various water and wastewater samples for both United Utilities and in some cases external organisations. They have a commitment to provide a high quality analytical service with rapid turnaround and reporting of results. High standards of service are necessary to satisfy the demands of the water and waste water industry regulators and the needs of our internal and external customers.

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33793000 - Laboratory glassware
  • 39180000 - Laboratory furniture
  • 38437000 - Laboratory pipettes and accessories
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Warrington Lingley Mere

two.2.4) Description of the procurement

United Utilities Laboratory Services have a commitment to provide a high quality analytical service with rapid turnaround and reporting of results. High standards of service are necessary to satisfy the demands of the water industry regulators and the needs of our internal and external customers. It is essential to the provision of this service that the levels of performance detailed within this document are adhered to during the agreement period.

The Company operates a large UKAS accredited water and wastewater testing laboratory at its Lingley Mere site in Warrington. In addition to the demand from the laboratory there are requirements from many sites within the United Utilities operational area for general consumables, in particular for this procurement, bottles and containers.

The items listed in the Schedule of Prices represent the items used on a routine basis. It should be noted however that due to the nature of United Utilities’ business the estimated annual usage is not a guarantee of turnover. This may result in either more or less of each item being consumed within the year. It is expected that the supplier will accommodate these fluctuations to ensure availability of the items specified.

This Framework Agreement is for the supply and delivery of Laboratory Bottles and Containers to the United Utilities labs at the Lingley Mere site.

The Goods are required for the collection and analysis of potable and wastewater samples to comply with operational and regulatory sampling frequencies.

It is critical that the Goods used for all analysis contain no analytes that will either contribute to or detract from the correct concentration. All bottles used must undergo a series of validation exercises to determine suitability.

The Supplier must be capable of delivering the following features as part of the Goods provision:

1.Batch numbers on the Goods

2.Expiry dates on Goods

3.Microbiology bottles (Goods) are pre-dosed with sodium thiosulphate, irradiated and with a tamper seal across the neck and bottle top. Certificates of irradiation are supplied with each batch number

4.Supplying above microbiology bottles (Goods) containing sterile water

5.Supplying Goods containing sample preservatives such as Nitric or Sodium Thiosulphate

6.Goods containing preservatives to be labelled with substance, concentration and hazard label if applicable

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: £1,800,000

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

Duration in months

84

This contract is subject to renewal

No

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

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-034755

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2023

Local time

4:00pm

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: 84 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 July 2023

Local time

4:00pm


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

WA5 3LP

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

United Utilities

Warrington

WA5 3LP

Country

United Kingdom