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