Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Chemical Investigation Programme 2.

  • First published: 10 January 2015
  • Last modified: 10 January 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Wessex Water Services Ltd
Authority ID:
AA22015
Publication date:
10 January 2015
Deadline date:
18 February 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Wessex Water is required to deliver a programme of sampling and analysis between 2015 and 2020 to understand the impact of priority and priority hazardous substances, specific pollutants, emerging substances and pharmaceuticals from sewage treatment works (STWs) on the environment.

The scope of this framework will be the analysis of, and reporting on, samples collected in accordance with this programme for a selection of the required determinants. The scope will include the provision of sample bottles for the selected determinants and collection and transportation of completed samples from Wessex Water's laboratory at Saltford (near Bath) to the successful economic operator's laboratory for analysis. The sampling itself will be undertaken by Wessex Water Services Ltd and is not in the scope of this framework.

Further details are provided in the Pre-Qualification Questionnaire (PQQ). See Section VI.3.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Wessex Water Services Limited

Operations Centre, Claverton Down Road, Claverton

Bath

BA2 7WW

UK

Ben Owers

+44 1225526000

amp.procurement@wessexwater.co.uk


www.wessexwater.co.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Chemical Investigation Programme 2.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

Site or location of works, place of delivery or performance

Bath.


NUTS Code UKK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

3

Duration of the framework agreement

6

Estimated total value of purchases for the entire duration of the framework agreement

1 000 0002 000 000
GBP

Frequency of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Wessex Water is required to deliver a programme of sampling and analysis between 2015 and 2020 to understand the impact of priority and priority hazardous substances, specific pollutants, emerging substances and pharmaceuticals from sewage treatment works (STWs) on the environment.

The scope of this framework will be the analysis of, and reporting on, samples collected in accordance with this programme for a selection of the required determinants. The scope will include the provision of sample bottles for the selected determinants and collection and transportation of completed samples from Wessex Water's laboratory at Saltford (near Bath) to the successful economic operator's laboratory for analysis. The sampling itself will be undertaken by Wessex Water Services Ltd and is not in the scope of this framework.

Further details are provided in the Pre-Qualification Questionnaire (PQQ). See Section VI.3.

II.1.6)

Common Procurement Vocabulary (CPV)

71900000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Wessex Water is required to deliver a programme of sampling and analysis between 2015 and 2020 to understand the impact of priority and priority hazardous substances specific pollutants, emerging substances and pharmaceuticals from sewage treatment works (STWs) on the environment.

The scope of this framework will be the analysis of, and reporting on, samples collected in accordance with this programme for a selection of the required determinants. The scope will include the provision of sample bottles for the selected determinants and collection and transportation of completed samples from Wessex Water's laboratory at Saltford (near Bath) to the successful economic operator's laboratory for analysis. The sampling itself will be undertaken by Wessex Water Services Ltd and is not in the scope of this framework.

Further details are provided in the Pre-Qualification Questionnaire (PQQ). See Section VI.3.

1 000 0002 000 000
GBP

II.2.2)

Options

The framework agreement will be for an initial 5 year period with the option to extend all or part of the framework agreements for up to a further year.

Provisional timetable for recourse to these options

60

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

Successful economic operators with a Parent Company will be required to sign a Parent Company Guarantee guaranteeing all contracts performed by the economic operators under the framework agreement (further details will be provided in the Invitation to Tender (ITT) document).

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details will be provided in the Invitation to Tender (ITT) document.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

In the event of a consortium applying, Wessex Water requires a lead economic operator and economic operators to accept joint and several liability. The consortium will be required to form a legal entity before entering into a framework agreement should it be successful. The framework agreement shall be awarded to the consortium legal entity, not the lead economic operator.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


As detailed in the Pre-Qualification Questionnaire (PQQ). See Section VI.3.

III.2.2)

Economic and financial capacity


As detailed in the Pre-Qualification Questionnaire (PQQ). See Section VI.3) and Invitation to Tender (ITT) document.


III.2.3)

Technical capacity


As detailed in the Pre-Qualification Questionnaire (PQQ). See Section VI.3) and Invitation to Tender (ITT) document.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for executing the contract?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents

 11-02-2015  14:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 18-02-2015  14:00

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up


IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Economic operators must express their interest by requesting a Pre-Qualification Questionnaire (PQQ). The PQQ should be requested by email from amp.procurement@wessexwater.co.uk Further instructions for economic operators are detailed within the PQQ.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


As stated in Section I.1.








Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


Wessex Water Services Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Utilities Contracts Regulations 2006 (SI 2006 No 6) as amended 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).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 08-01-2015

Coding

Commodity categories

ID Title Parent category
71900000 Laboratory services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.