Portsmouth Water Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Laboratory Water Testing |
Notice type: | Contract Notice - Utilities |
Authority: | Portsmouth Water Limited |
Nature of contract: | Services |
Procedure: | Negotiated with competition |
Short Description: | To provide a collection and analysis service of samples for portable water to comply latest Water Supply (water quality) regulations. To provide Portsmouth Water with a courier services, sampling bottles, crates and analytical services. To be accredited at all times to ISO17025 and DWTS. Samples shall be transported daily to the supplier’s laboratory. Full temperature records for all Samples shall be required for Samples which are stored or transported in line with ISO 5667 2-8°C. The Service Provider shall maintain a full chain of custody for Samples that are transported and shall confirm, upon receipt, which Samples cannot be analysed. The Tenderer shall report all analysis results within the required quality and regulatory timeframes. The Tenderer shall provide a monthly report detailing where SLA's have and have not been met. |
Published: | 13/12/2024 15:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Portsmouth Water Limited
PO Box 8, West Street, Havant, PO9 1LG, United Kingdom
Tel. +44 2392499888, Email: paul.swaine@portsmouthwater.co.uk
Contact: Paul Swaine
Main Address: http://www.portsmouthwater.co.uk/, Address of the buyer profile: http://www.portsmouthwater.co.uk/
NUTS Code: UKJ
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: No.
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-Havant:-Laboratory-services./RGU5F8M59H
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://Portsmouthwater.delta-esourcing.com 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.6) Main activity:
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Laboratory Water Testing
Reference Number: Not provided
II.1.2) Main CPV Code:
71900000 - Laboratory services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide a collection and analysis service of samples for portable water to comply latest Water Supply (water quality) regulations. To provide Portsmouth Water with a courier services, sampling bottles, crates and analytical services. To be accredited at all times to ISO17025 and DWTS. Samples shall be transported daily to the supplier’s laboratory. Full temperature records for all Samples shall be required for Samples which are stored or transported in line with ISO 5667 2-8°C. The Service Provider shall maintain a full chain of custody for Samples that are transported and shall confirm, upon receipt, which Samples cannot be analysed. The Tenderer shall report all analysis results within the required quality and regulatory timeframes. The Tenderer shall provide a monthly report detailing where SLA's have and have not been met.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71900000 - Laboratory services.
73111000 - Research laboratory services.
39225710 - Bottles.
64120000 - Courier services.
71600000 - Technical testing, analysis and consultancy services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
85111820 - Bacteriological analysis services.
90711300 - Environmental indicators analysis other than for construction.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: To provide a collection and analysis service of samples for portable water to comply latest Water Supply (water quality) regulations. To provide Portsmouth Water with a courier services, sampling bottles, crates and analytical services. To be accredited at all times to ISO17025 and DWTS. Samples shall be transported daily to the supplier’s laboratory. Full temperature records for all Samples shall be required for Samples which are stored or transported in line with ISO 5667 2-8°C. The Service Provider shall maintain a full chain of custody for Samples that are transported and shall confirm, upon receipt, which Samples cannot be analysed. The Tenderer shall report all analysis results within the required quality and regulatory timeframes. The Tenderer shall provide a monthly report detailing where SLA's have and have not been met.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the contract is is 5 years (60 months), with an optional extension period of up to a further a 5 years (60 months). The optional extension will be at Portsmouth Water's discretion and will be dependent on the volume and throughput of work available, and Contractor performance.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
Objective criteria for choosing the limited number of cadidates: 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: Not provided
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:
To be accredited at all times to ISO17025 and DWTS and able to demonstrate UKAS Demonstration Scope.
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.1.4) Objective rules and criteria for participation
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.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
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 NEGOTIATED_WITH_COMPETITION
IV.1.1) Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
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: 03/02/2025 Time: 17:00
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:
Duration in month(s): 3
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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. This procurement process is being conducted in successive stages and only those organisations which are successful and shortlisted at selection-stage will be invited to submit an initial tender. Interested organisations must complete and submit a completed Selection Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. Other than the Selection Questionnaire Pack and Selection Questionnaire, the procurement documents published at the date of this Notice are in draft form, and Portsmouth Water reserves the right to amend, augment and supplement any document. Portsmouth Water reserves the right at any time to cease the procurement process and not award any contract or to award only part of the opportunities described in this Notice. If Portsmouth Water takes up this right, then it will not be responsible for or required to pay the expenses or losses, which may be incurred by any organisation or Tenderer resulting therefrom. Except for the Contracts (if any) concluded with the successful Tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Portsmouth Water and any Candidate or Tenderer. Portsmouth Water intends to select approximately 4 Candidates for each Lot to proceed to the next stage of the procurement. However, it reserves the right to select or negotiate with fewer if there are fewer suitable candidates or compliant bids, or more if necessary to ensure meaningful competition. Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria specified in the ITT. It reserves the right at any time to close negotiations and award the Contract. Portsmouth Water undertakes to hold confidential any information provided in the proposal submitted, subject to its obligations under the law including Environmental Information Regulations and the UK GDPR. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity, then this should be stated with the reason for considering it commercially sensitive. Portsmouth Water will then endeavour to consult with the Applicant about such commercially sensitive information when considering any request for information (e.g. under the EIR), before replying to such a request. Portsmouth Water reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet its requirements and remain financially viable to fulfil the requirements under the proposed contract. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=891805346
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Laboratory-services./RGU5F8M59H
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RGU5F8M59H
VI.4) Procedures for review
VI.4.1) Review body:
High Court
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Portsmouth Water will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Utilities Contracts Regulations 2016 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above Regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting entity to amend any document and may award damages. If a Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
High Court
The Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 13/12/2024
Annex A