Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Wales and West Utilities Ltd
Wales and West House, Spooner Close, Celtic Springs, Coedkernew
Newport
NP10 8FZ
UK
Contact person: Nicci Birchall
E-mail: wwuprocurement@wwutilities.co.uk
NUTS: UK
Internet address(es)
Main address: www.wwutilities.co.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.wwutilities.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Production, transport and distribution of gas and heat
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Delivery of Mains Gas Odorant
Reference number: WWU0958
II.1.2) Main CPV code
24958000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Supply and delivery of mains gas odorant to 16 offtake sites within the Wales and West network area.
Wales and West Utilities Ltd are looking to award a three (3) year contract with the option to extend for up to five (5) years in a minimum of 6 month periods.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply and delivery of mains gas odorant to 16 offtake sites within the Wales and West network area.
The supplier is responsible for ensuring deliveries are scheduled and made to the offtake sites based upon tank levels advised by WWU to maintain adequate levels of odorant across the network.
The supplier is responsible for the disposal of the odorant vapour they collect during delivery.
The supplier must hold all the relevant licences and comply with all the requirements set out by the Pollution Prevention and Control Act 1999.
The odorant composition is 80 % Tertiary Butyl Mercaptan (TBM) and 20 % Dimethyl Sulphide (DMS)
Wales and West Utilities Ltd are looking to award a three (3) year contract with the option to extend for up to five (5) years in a minimum of 6 month periods.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
If applicable, details will be provided within the tender documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
If applicable, details will be provided within the tender documentation.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 2
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/11/2020
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2023 prior to initial term expiry unless contractual extension provisions taken.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Applicants wishing to participate in this sourcing activity must express an interest to participate in any future sourcing activity which may follow this expression of interest request by e-mailing wwuprocurement@wwutilities.co.uk before the closure date and time of this notice provided in section IV.2.2).
Please include the following information in your e-mail:
1) Full company name;
2) Main contact details (name, job title, e-mail address and telephone number).
Please note any future sourcing activity as a result of this notice will be run via our procurement portal BravoSolution, which requires suppliers to be registered and subsequently invited to participate. Failure to register will result in the supplier not being able to participate in the sourcing event.
Pre-qualification/tender documents will be accessed via an electronic sourcing portal and an e-mail will be sent in reply to your Expression of Interest e-mail containing the link to the system.
VI.4) Procedures for review
VI.4.1) Review body
Wales and West Utilities Ltd
Newport
UK
VI.5) Date of dispatch of this notice
08/10/2020