Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Daniel Vass
Telephone
+44 7920207375
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=88112&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=88112&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
PRO004828-Goods-Framework-Supply of Chemical Dosing Equipment
Reference number
PRO004828
two.1.2) Main CPV code
- 42993200 - Dosing plant
two.1.3) Type of contract
Supplies
two.1.4) Short description
A proposed supply of goods agreement is to be put in place for the supply of Chemical Dosing Equipment. The equipment will be housed in an arrangement of containers/kiosks which will contain pumps, pipework, valves and control equipment. The scope of this agreement is the supply of a rig – a self-contained system/solution comprising of all aspects of the chemical dosing requirement.
The purpose of the chemical dosing equipment is to treat wastewater with ferric or 22% caustic chemical for the purpose of phosphorous removal and/or to treat wastewater with nitrate chemicals for Septicity Prevention.
The Chemical Dosing Equipment will be required as three different types, for a total of 7 different sizes.
two.1.5) Estimated total value
Value excluding VAT: £9,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24962000 - Water-treatment chemicals
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
A proposed supply of goods agreement is to be put in place for the supply of Chemical Dosing Equipment. The equipment will be housed in an arrangement of containers/kiosks which will contain pumps, pipework, valves and control equipment. The scope of this agreement is the supply of a rig – a self-contained system/solution comprising of all aspects of the chemical dosing requirement.
The purpose of the chemical dosing equipment is to treat wastewater with ferric or 22% caustic chemical for the purpose of phosphorous removal and/or to treat wastewater with nitrate chemicals for Septicity Prevention.
The Chemical Dosing Equipment will be required as three different types, for a total of 7 different sizes.
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: £9,700,000
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.2.10) 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 several operators
Envisaged maximum number of participants to the framework agreement: 2
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
20 December 2024
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 January 2025
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: 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