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