Section one: Contracting entity
one.1) Name and addresses
Portsmouth Water Limited
PO Box 8, West Street
Havant
PO9 1LG
Contact
Paul Swaine
paul.swaine@portsmouthwater.co.uk
Telephone
+44 2392499888
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
http://www.portsmouthwater.co.uk/
Buyer's address
http://www.portsmouthwater.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Laboratory-services./RGU5F8M59H
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://Portsmouthwater.delta-esourcing.com
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
Laboratory Water Testing
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
To provide a collection and analysis service of samples for portable water to comply latest Water Supply (water quality) regulations. To provide Portsmouth Water with a courier services, sampling bottles, crates and analytical services. To be accredited at all times to ISO17025 and DWTS. Samples shall be transported daily to the supplier’s laboratory. Full temperature records for all Samples shall be required for Samples which are stored or transported in line with ISO 5667 2-8°C. The Service Provider shall maintain a full chain of custody for Samples that are transported and shall confirm, upon receipt, which Samples cannot be analysed. The Tenderer shall report all analysis results within the required quality and regulatory timeframes. The Tenderer shall provide a monthly report detailing where SLA's have and have not been met.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
- 73111000 - Research laboratory services
- 39225710 - Bottles
- 64120000 - Courier services
- 71600000 - Technical testing, analysis and consultancy services
- 71610000 - Composition and purity testing and analysis services
- 71620000 - Analysis services
- 71621000 - Technical analysis or consultancy services
- 85111820 - Bacteriological analysis services
- 90711300 - Environmental indicators analysis other than for construction
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
To provide a collection and analysis service of samples for portable water to comply latest Water Supply (water quality) regulations. To provide Portsmouth Water with a courier services, sampling bottles, crates and analytical services. To be accredited at all times to ISO17025 and DWTS. Samples shall be transported daily to the supplier’s laboratory. Full temperature records for all Samples shall be required for Samples which are stored or transported in line with ISO 5667 2-8°C. The Service Provider shall maintain a full chain of custody for Samples that are transported and shall confirm, upon receipt, which Samples cannot be analysed. The Tenderer shall report all analysis results within the required quality and regulatory timeframes. The Tenderer shall provide a monthly report detailing where SLA's have and have not been met.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial term of the contract is is 5 years (60 months), with an optional extension period of up to a further a 5 years (60 months). The optional extension will be at Portsmouth Water's discretion and will be dependent on the volume and throughput of work available, and Contractor performance.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
To be accredited at all times to ISO17025 and DWTS and able to demonstrate UKAS Demonstration Scope.
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.1.8) 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
3 February 2025
Local time
5:00pm
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: 3 (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.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. This procurement process is being conducted in successive stages and only those organisations which are successful and shortlisted at selection-stage will be invited to submit an initial tender. Interested organisations must complete and submit a completed Selection Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. Other than the Selection Questionnaire Pack and Selection Questionnaire, the procurement documents published at the date of this Notice are in draft form, and Portsmouth Water reserves the right to amend, augment and supplement any document. Portsmouth Water reserves the right at any time to cease the procurement process and not award any contract or to award only part of the opportunities described in this Notice. If Portsmouth Water takes up this right, then it will not be responsible for or required to pay the expenses or losses, which may be incurred by any organisation or Tenderer resulting therefrom. Except for the Contracts (if any) concluded with the successful Tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Portsmouth Water and any Candidate or Tenderer. Portsmouth Water intends to select approximately 4 Candidates for each Lot to proceed to the next stage of the procurement. However, it reserves the right to select or negotiate with fewer if there are fewer suitable candidates or compliant bids, or more if necessary to ensure meaningful competition. Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria specified in the ITT. It reserves the right at any time to close negotiations and award the Contract. Portsmouth Water undertakes to hold confidential any information provided in the proposal submitted, subject to its obligations under the law including Environmental Information Regulations and the UK GDPR. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity, then this should be stated with the reason for considering it commercially sensitive. Portsmouth Water will then endeavour to consult with the Applicant about such commercially sensitive information when considering any request for information (e.g. under the EIR), before replying to such a request. Portsmouth Water reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet its requirements and remain financially viable to fulfil the requirements under the proposed contract. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=891805346
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Laboratory-services./RGU5F8M59H
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RGU5F8M59H
GO Reference: GO-20241213-PRO-28885931
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Portsmouth Water will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Utilities Contracts Regulations 2016 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above Regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting entity to amend any document and may award damages. If a Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom