Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Anglian Water Services
Supply Chain Management, Thorpe Wood House, Thorpe Wood
For the attention of: Mike Brookes
PE3 6WT Peterborough
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting entity: www.anglianwater.co.uk
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.3)Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Supply and Maintenance of Bio-solids Spreaders.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: England and more specifically the Anglian Water Operating Region.
NUTS code UKH
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 8
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 3 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Supply and Maintenance of Bio-solids Spreaders.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Anglian Water has a requirement for machinery to spread bio-solid product (a dewatered bi-product of sewage sludge treatment) on agricultural land. The machinery will replace the current fleet of 9 and it is anticipated that the new machines will enter service in early summer 2017/18. Consideration will be given to both self propelled and trailer options.
Operator training is required.
The supplier will be required to provide an emergency and planned maintenance service to ensure a high level of machine performance and availability. Repair and maintenance is required at field and roadside across the Anglian Water Operating Region. Major end of spreading season maintenance will be carried out at the supplier's premises or Anglian Water nominated location where suitable.
Anglian Water may directly purchase the machines or via a third party funding provider.
Estimated value excluding VAT: 3 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Optional extensions to the framework duration resulting in a maximum framework length of 8 years.
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals:
Range: between 1 and 6
II.3)Duration of the contract or time limit for completionStarting 5.8.2016 Completion 4.8.2024
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Consolidated monthly invoicing;
Payment nett monthly account.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/a.
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be advised as part of the tender process.
III.2)Conditions for participation
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 capacityInformation and formalities necessary for evaluating if the requirements are met: Technical requirements will be fully developed during the selection process at RFI and RFP stage.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auctionAn electronic auction will be used: yes
Additional information about electronic auction: It is anticipated that final pricing will be established via electronic auction. This will be decided at RFP stage.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
PA 2016 0021
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.4.2016 - 10:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: yes
Tenders will be opened in line with Anglian Water tender opening procedures.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
To express an interest in being considered for this tender process interested parties should provide the following information:
Company name;
Company registration number;
Details of group structure and contracting entity;
Contact name;
Address;
Phone number;
Email address.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresAnglian Water Services
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM
Internet address: www.anglianwater.co.uk
Body responsible for mediation procedures
Anglian Water Services Limited
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM
Internet address: www.anglianwater.co.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedAnglian Water Services Limited
UNITED KINGDOM
VI.5)Date of dispatch of this notice:17.3.2016