Tender

PRO004828-Goods-Framework-Supply of Chemical Dosing Equipment

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-038754

Procurement identifier (OCID): ocds-h6vhtk-04c179

Published 2 December 2024, 1:22pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Daniel Vass

Email

Daniel.Vass@uuplc.co.uk

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