UK-Preston: Water distribution and related services.

UK-Preston: Water distribution and related services.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
4 The Pavilons, Port Way, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897574, Email: Lisa.Gallacher@placesforpeople.co.uk
Contact: Lisa Gallacher
Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.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-Preston:-Water-distribution-and-related-services./22JG5MTYUW
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Water Services Procurement DPS
Reference Number: Not provided
II.1.2) Main CPV Code:
65100000 - Water distribution and related services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement Hub are seeking to appoint Water Suppliers onto a Dynamic Purchasing System (DPS) which will be utilised and owned by Places for People Procurement Hub. It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom.
II.1.5) Estimated total value:
Value excluding VAT: 50,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
65110000 - Water distribution.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The primary objective is to establish a DPS solution to provide contracts using fixed price and portfolio procurement solutions for water.

The DPS will be not be divided into defined Lots. Instead suppliers are asked to complete a matrix to provide details of the utilities and procurement strategies that they can undertake. A brief description of each of the available work streams is provided below:

•Fixed Price offering, Water
•Portfolio offering, Water

Accordingly, we are looking to work with suitably qualified UK licenced suppliers who have experience in designing and implementing innovative product and service solutions to meet those needs.

This Water Procurement Services Dynamic Purchasing System (DPS) is intended to be utilised and owned by Places for People Procurement Hub and managed by Inenco. It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom.

This procurement is being undertaken by Inenco, with Places for People as the contracting authority for itself and as lead authority for the benefit of other organisations that will be set out in the contract notice. Accordingly, it is the intention that these other UK public organisations should be able to rely on this procurement to purchase such goods and services without the need for any further procurement process.

This agreement will provide an OJEU compliant platform which any contracting authority as defined by Regulation 2 of the Public Contracts Regulations 2015 can procure energy via the tender process subsequent to the DPS being established.

Further competitions will be on a client by client basis and all suppliers who pass this SQ and meet the client’s requirement in terms of utility and procurement strategy will be invited to tender.

Please indicate which work streams you wish to be considered for opportunities let through the Dynamic Purchasing System (DPS) by completing the relevant sections of the documents provided on the Delta Procurement Hub portal.

Suppliers will only be invited to compete in tender exercises for the work streams applied for. It is the responsibility of the Supplier to keep Inenco informed of any changes to the works streams applied for and locations selected.

Supplier Eligibility

To participate in this procurement the supplier must confirm that for each and all of the work streams applied for within this DPS your organisation is fully licensed to supply water and waste-water in accordance with Ofwat regulations.

Please note that this is a mandatory requirement, and Suppliers who do not meet this criteria will not be accepted onto the DPS.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/22JG5MTYUW

For details of the nationwide public sector eligibility list, including public sector bodies who are able to use thisFramework Agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/


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:
Fully licensed to supply water throughout Great Britain
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/05/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Water-distribution-and-related-services./22JG5MTYUW

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/22JG5MTYUW
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 19/04/2021

Annex A