Contracts for the Supply of Water, Wastewater and Ancillary Goods
The Contract(s) will be procured as separate Lots within the procurement process as detailed below: Lot 1 – Water Supply and Sewerage Services and Ancillary Goods, Works and Services for locations within England.
United Kingdom-Liverpool: Water distribution and related services
2017/S 051-095258
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Peel Ports Investments Ltd
Maritime Centre
Contact point(s): Group Procurement
For the attention of: Andrew Deakin
L21 1LA Liverpool
United Kingdom
Telephone: +44 1519496155
E-mail: andrew.deakin@peelports.com
Internet address(es):
General address of the contracting entity: www.peelports.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK — United Kingdom.
NUTS code UK,UKD,UKH1,UKJ4,UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
Peel Ports intends to procure a Contract or Contracts for the Supply of Water, Wastewater and Ancillary Goods, Works and Services.
The Contract(s) will be procured as separate Lots within the procurement process as detailed below:
— Lot 1 — Water Supply and Sewerage Services and Ancillary Goods, Works and Services for locations within England, meaning: Liverpool Ports; Port of Heysham; the Manchester Ship Canal; London Medway; and Great Yarmouth Port.
— Lot 2 — Water Supply and Sewerage Services and Ancillary Goods, Works and Services for locations within Scotland, meaning: Clydeport.
Applicants have the opportunity to pre-qualify for any single or both lots. Pre-qualified Tenderers have the opportunity to tender for any single or both lots.
The duration of the contract(s) will be for a 2-year period, with an option to extend for a further 2 years in 1 year increments.
II.1.6)Common procurement vocabulary (CPV)
65100000, 65130000, 38421100, 39370000, 42912300, 44163140, 45330000, 50411100, 51514110,71800000, 24962000, 09320000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Contract(s) will be procured as separate Lots within the procurement process as detailed below;
— Lot 1 — Water Supply and Sewerage Services and Ancillary Goods, Works and Services for locations within England, meaning: Liverpool Ports; Port of Heysham; the Manchester Ship Canal; London Medway; and Great Yarmouth Port.
— Lot 2 — Water Supply and Sewerage Services and Ancillary Goods, Works and Services for locations within Scotland, meaning: Clydeport.
Estimated value excluding VAT
Range: between 3 000 000 and 4 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Water Supply and Sewerage Services and Ancillary Goods, Works and Services for locations within England and Wales
1)Short description:
Water supply and sewerage services
The Supplier shall be required to have a valid Water Supply and Sewerage Licence formally granted by the Water Services Regulation Authority (Ofwat) in accordance with Section 17a of the Water Industry Act 1991 as substituted by Section 1 of the Water Act 2014. The Supplier shall be required to comply with the requirements of the associated Wholesale Retail Code, the Market Arrangement Code and the Wholesale Contract as specified by the Regulator Ofwat.
The Supplier shall be required to deliver associated services in connection with the supply of water and sewerage services as required:
— Account Management including customer service;
— Billing;
— Metering, including meter reading (including acceptance of AMR reads where implemented) and management of sites and meters (including new connections and switching);
— Meter installation, removal, resizing, and accuracy tests;
— Data management and the provision of data and/or reports;
— Roads and property drainage;
— Sewerage services including trade effluent;
— Emergency contingency planning; and
— 24/7 emergency support.
Ancillary Goods, Works and Services
The Supplier shall provide one (1) or more of the Ancillary Goods, Works and Services listed below. The Ancillary Goods, Works and Services are pertaining to the management, conservation, reduction and data management of water consumption in order to deliver efficiency, financial and consumption savings. The efficiency or savings measures may include provision and installation of new equipment, optimisation of equipment (including existing equipment) and provision of related services. Additional services may be required to improve the environmental conditions at Peel Ports locations. The scope includes provision for the Supplier to offer its own or third party financing options on request by Peel Ports, to support delivery of the Ancillary Goods, Works and Services listed below.
These Ancillary Goods, Works and Services may include:
— Water footprint assessment;
— Tariff optimisation and benchmarking;
— Water audit site surveys;
— Leak detection and repair;
— Contingency planning;
— Installation of devices to improve efficiency and/or reduce consumption;
— Bill validation;
— Cost recovery.
These Ancillary Goods, Works and Services will include:
— Automated meter reading, including the installation of Automated Meter Readers (AMRs).
The key objectives of the Contract or Contracts are:
1. to improve control and transparency of pricing and usage information;
2. to have AMRs installed on all sites, to be used for billing and analysis;
3. to reduce water consumption through demand management and innovation;
4. to reduce the cost of water and wastewater consumption per unit;
5. to provide water management advice and guidance, including implementation of recommendations (which may include sourcing of third-party services and/or technology);
6. to improve customer service levels.
2)Common procurement vocabulary (CPV)
65100000, 65130000, 38421100, 39370000, 42912300, 44163140, 45330000, 50411100, 51514110,71800000, 24962000, 09320000
3)Quantity or scope:
Estimated value excluding VAT
Range: between 2 500 000 and 3 500 000 GBP
Lot No: 2 Lot title: Water Supply and Sewerage Services and Ancillary Goods, Works and Services for locations within England and Wales
1)Short description:
Water supply and sewerage services
The Supplier shall be required to have a valid Water Supply and Sewerage Licence formally granted by the Water Services Regulation Authority (Ofwat) in accordance with Section 17a of the Water Industry Act 1991 as substituted by Section 1 of the Water Act 2014. The Supplier shall be required to comply with the requirements of the associated Wholesale Retail Code, the Market Arrangement Code and the Wholesale Contract as specified by the Regulator Ofwat.
The Supplier shall be required to deliver associated services in connection with the supply of water and sewerage services as required:
— Account Management including customer service;
— Billing;
— Metering, including meter reading (including acceptance of AMR reads where implemented) and management of sites and meters (including new connections and switching);
— Meter installation, removal, resizing, and accuracy tests;
— Data management and the provision of data and/or reports;
— Roads and property drainage;
— Sewerage services including trade effluent;
— Emergency contingency planning; and
— 24/7 emergency support.
Ancillary Goods, Works and Services
The Supplier shall provide one (1) or more of the Ancillary Goods, Works and Services listed below. The Ancillary Goods, Works and Services are pertaining to the management, conservation, reduction and data management of water consumption in order to deliver efficiency, financial and consumption savings. The efficiency or savings measures may include provision and installation of new equipment, optimisation of equipment (including existing equipment) and provision of related services. Additional services may be required to improve the environmental conditions at Peel Ports locations. The scope includes provision for the Supplier to offer its own or third party financing options on request by Peel Ports, to support delivery of the Ancillary Goods, Works and Services listed below.
These Ancillary Goods, Works and Services may include:
— Water footprint assessment;
— Tariff optimisation and benchmarking;
— Water audit site surveys;
— Leak detection and repair;
— Contingency planning;
— Installation of devices to improve efficiency and/or reduce consumption;
— Bill validation;
— Cost recovery.
These Ancillary Goods, Works and Services will include:
— Automated meter reading, including the installation of Automated Meter Readers (AMRs).
The key objectives of the Contract or Contracts are:
1. to improve control and transparency of pricing and usage information;
2. to have AMRs installed on all sites, to be used for billing and analysis;
3. to reduce water consumption through demand management and innovation;
4. to reduce the cost of water and wastewater consumption per unit;
5. to provide water management advice and guidance, including implementation of recommendations (which may include sourcing of third-party services and/or technology);
6. to improve customer service levels.
2)Common procurement vocabulary (CPV)
65100000, 65130000, 38421100, 39370000, 42912300, 44163140, 45330000, 50411100, 51514110,71800000, 24962000, 09320000
3)Quantity or scope:
Estimated value excluding VAT
Range: between 500 000 and 1 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.7)Conditions for opening of tenders
Place
Electronically, via web-based portal
Persons authorised to be present at the opening of tenders: yes
Procurement Team Members Only.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
The Utilities Contracts Regulations 2006 (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:
Related Posts
Industrial Energy Efficiency Innovation Programme Development and Delivery
Demand Side Response Services for UK Public Sector
Eastern Procurement Compliance Framework
UK Public Sector Water Supply and Sewerage Services Framework
Tender for Cleaning and Treatment of Water Storage Systems