Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Yorkshire Water Services
Western House, Halifax Road
For the attention of: Elizabeth Hibbett
BD6 2LZ Bradford
UNITED KINGDOM
Telephone: +44 1274804013
E-mail:
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:Belt drying plant for drying of non- digested, digested sewage sludge.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKE4
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: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 600 000 GBP
II.1.5)Short description of the contract or purchase(s):Yorkshire Water are seeking a supplier who are capable of supplying a Belt Drying plant for the drying of either non digested or digested sewage sludge that has been mechanically dewatered and will be delivered to the dryer at an average dry solids content of 25% within a range of +/_ 5% and have past experience of providing dryers of this specification.
The plant should be capable of treating approximately 1000kg/hr at 25% Dry solids and producing a dry sludge of approximately 90% dry solids. The plant shall be capable of continuous operation of 8000 hours/ year apart from routine maintenance shutdown.
The plant shall be designed to use the waste heat from the customers installed CHP equipment in the form of hot water at 110oC. All necessary heat exchangers to extract the heat from the hot water supply shall be installed with the dryer. The plant shall be designed to operate outside and be safe and reliable. It should incorporate any necessary fire detection and sprinkler systems required to minimise any risk of fire or heat damage to the plant. The plant should be capable of automatic operation and should include for the automatic control of product moisture content as well as incorporate any cleaning systems required to enable continuous online operation of the plant.
The plant will be delivered to site, fully installed and commissioned by the supplier.
As the plant is required to operate outside the noise from the plant should be minimised.
The plant should be odour free and any odour control requirements from either gaseous of liquid emissions may need to be provided by the supplier.
II.1.6)Common procurement vocabulary (CPV)42991400, 42991400, 39721320
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:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: no
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 capacity
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:41
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents: 14.2.2013 - 09:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate14.2.2013 - 09:00
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
Appropriate Manager and Buyer
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:29.1.2013