Tender

External Chemical Tank Inspections

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-026004

Procurement identifier (OCID): ocds-h6vhtk-048b4a

Published 15 August 2024, 4:19pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Amber-Rose Manley

Email

Amber-Rose.Manley@uuplc.co.uk

Telephone

+447 770470692

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=84672&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=84672&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

External Chemical Tank Inspections

Reference number

PRO004724

two.1.2) Main CPV code

  • 50514100 - Repair and maintenance services of tanks

two.1.3) Type of contract

Services

two.1.4) Short description

The external inspections of chemical/fuel tanks is to be procured by the Company for in service Category A/B tanks located across its Water, Wastewater and Bioresources sites. The Services Framework scope of the inspections include external/non-intrusive tests on a variety of chemical/fuel tanks in accordance with EEMUA 159 standards. The tanks vary in size and age and are constructed from Steel, Plastic and GRP. The Contractor must have the appropriate EEMUA 159 or equivalent qualifications in order to complete the inspection, and EEMUA 159 TankAssessor to produce a report ultimately assessing the fitness for service of the tank. The Company has an indicative programme of work including what tanks are expected to require inspections within the next several years but the Contractor shall complete the inspections as directed by the Company.

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)

  • 44611400 - Storage tanks
  • 44611410 - Oil-storage tanks
  • 50514100 - Repair and maintenance services of tanks
  • 90913000 - Tank and reservoir cleaning services
  • 90913100 - Tank-cleaning services

two.2.3) Place of performance

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

North West England

two.2.4) Description of the procurement

The Company has many Chemical/Fuel tanks located across the Water, Wastewater and Bioresource sites. Some of these tanks have been identified as high-risk Category A/B tanks that require in service external inspections. The tanks vary in age and size and are constructed out of Plastic, Steel and GRP. They contain many different chemicals and fuels used across the Company’s sites.

The external/non-intrusive inspections must be completed in accordance with EEMUA 159 standards. The Contractor must have the appropriate qualifications to complete the inspections and submit the reports assessing the tanks fitness for Service.

The Company has developed an indicative programme of work, identifying what tanks are expected to require inspections and when. The Company will work with the Contractor to schedule the inspections at the most appropriate times.

It is essential that the tanks located on site are inspected within an appropriate timeframe in order to ensure that the assets are in a safe condition and to protect the health and safety of all site personnel. Excluded from the Framework scope will be any internal/intrusive inspections.

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

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: 3

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


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: Yes

four.2) Administrative information

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

Date

5 September 2024

Local time

3:00pm

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

16 September 2024

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: Yes

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