By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Aggregates and Associated Products including Blacktop.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Bristol Water PLC
PO Box 218, Bridgwater Road
For the attention of: Zac Coley
BS99 7AU Bristol
UNITED KINGDOM
Telephone: +44 1179341214
E-mail:
Fax: +44 1179341026

Internet address(es):

General address of the contracting entity: www.bristol-water.co.uk

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.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: yes

Wales & West Utilities Limited
Wales and West House, Spooner Close, Celtic Springs, Coedkernew
NP10 8FZ Newport
UNITED KINGDOM

Dwr Cymru Welsh Water
Pentwyn Road, Nelson, Treharris
CF46 6LY Mid Glamorgan
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Aggregates and Associated Products including Blacktop.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

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 agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 30

Duration of the framework agreement

Duration in years: 5

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

Estimated value excluding VAT
Range: between 30 000 000,00 and 80 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s):
Supply of but not limited to Aggregates, Concrete, Stone, Black Top, Tarmac.
II.1.6)Common procurement vocabulary (CPV)

14212200, 14211000, 44114000, 44113620, 90513000, 14213000

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 lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Bristol Water PLC, Wales and West Utilities Ltd and DWR Cymru Welsh Water are combining procurement activities for the supply of aggregates, reinstatement materials as described in this notice, which is anticipated to culminate in three or more discrete contracts. Applicants must note that by expressing an interest in one or more lots, they are expressing an interest in supplying those lots for ALL utility companies where geographical coverage permits. However, no commitment is made at this stage that all, any of the utility companies will proceed to contract. The process is being managed for all companies by Bristol Water PLC. All requests to participate should be sent to the Bristol Water PLC contact provided in Section I.1.
Bristol Water supplies 300 million litres of drinking water to over 1 million customers in a 1,000 square mile 2,600 km2 area centred on Bristol, England. It is regulated under the Water Industry Act 1991.
Approximately half the water is taken from the Mendip Hills, particularly Chew Valley Lake, Blagdon Lake, Cheddar Reservoir and Barrow Gurney Reservoirs, with the other half is piped from the River Severn via the Gloucester and Sharpness Canal. There are 6,382 km 3,966 mi of local water mains. Sewerage services in the Bristol area are provided by Wessex Water.
Wales and West Utilities Ltd WWU formally part of National Grid Transco with its main offices based in Newport, South Wales is a regulated gas distribution business with around 35,000 km of gas distribution pipeline located in Wales and the South West of England. Covering one 6th of the UK, WWU serves a catchment area with a population of more than 7 million. Our core business is that of running and maintaining the gas distribution network across our region which involves connecting new consumers, maintaining and replacing pipe work and assets and dealing with gas emergencies.
Dwr Cymru Cyfyngedig trading as Dwr Cymru Welsh Water DCC is the regulated company that provides water and sewerage services to over 3 million people living and working in Wales as well as some adjoining parts of England. DCC is owned by Glas Cymru a not for profit holding company. DCC has 1.2 million household customers and over 100,000 business customers. DCC raises income of over 450million pounds annually from water supply, sewerage and trade effluent services.
We operate 40 impounding reservoirs, 66 water treatment works and supply an average 831 million litres of water every day through a network of 27,172km of water mains, including 728 pumping stations and 645 service reservoirs. We also collect wastewater and surface drainage through a network of 18,478km of sewers, incorporating 1,861 sewage pumping stations and 3,201 combined sewer overflows. It is treated at 833 wastewater treatment works located next to rivers and along the coast of Wales.
Our primary responsibility is to operate, maintain and upgrade this large network of assets to ensure a safe and reliable drinking water supply and to deal effectively with wastewater so as to protect the environment.
Delivery and Collection of Aggregates including but not limited to:
Type 1 virgin and recycled,
Dust,
Sand,
Foam Concrete
Asphalt
Non Hazardous Spoil Removal and Disposal
A more detailed scope of requirements will be provided at Pre-qualification stage.
Please note that contract will cover all geographical areas covered by Bristol Water, Wales and West Utilities and Welsh Water which is Wales, the South West of England and the South West of England Peninsula.
Estimated value excluding VAT
Range: between 30 000 000,00 and 80 000 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to extend by 2 years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Type 1 Virgin and Recycled
1)Short description:
Full Details to follow at ITT.
2)Common procurement vocabulary (CPV)

14212300

3)Quantity or scope:
Will be provided within tender documentation
Lot No: 2 Lot title: Dust
1)Short description:
Full Details to follow at ITT.
2)Common procurement vocabulary (CPV)

14210000

Lot No: 3 Lot title: Sand
1)Short description:
Full Details to follow at ITT.
2)Common procurement vocabulary (CPV)

14210000

Lot No: 4 Lot title: Foam Concrete
1)Short description:
Full Details to follow at ITT.
2)Common procurement vocabulary (CPV)

44114000

Lot No: 5 Lot title: Asphalt
1)Short description:
Full Details to follow at ITT.
2)Common procurement vocabulary (CPV)

14213000

Lot No: 6 Lot title: Non Hazardous Spoil Removal and Disposal
1)Short description:
Full Details to follow at ITT.
2)Common procurement vocabulary (CPV)

90513000

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be identified in the Invitation to Tender if required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be identified in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event that Contractors form a joint venture, partnership or other form of consortia, joint and several liability of each participant will be required by the Contracting Entity.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be identified in the Invitation to Tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants will be ineligible for participation in the tender process where the applicant a is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors or who is any analogous situation arising from a similar procedure under national laws and regulations b is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the court or for an arrangement with creditors or is the subject of any other similar proceedings under national laws or regulations c has a serving director or partner who has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata d has a serving director or partner who has been guilty of grave professional misconduct proven by a judgement which the
contracting entity can justify e has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting entity f is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative criteria. Applicants must supply a statement with their request to participate confirming that none of the foregoing apply.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to provide full company details including registered office address and registration number.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information will be requested at the Prequalification stage of this process.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: yes
Additional information about electronic auction: Possibly use, however detail will be contained in ITT.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
C67 - WWU0604.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 7.5.2013 - 13:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.5.2013 - 13:00
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 tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2017.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Applicants responding to this Notice, who satisfy the conditions as indicated in Section III, will be invited to take part in a comprehensive tender process. This tender process will determine whether applicants can provide an economically advantageous service to the client, which may lead to an award of contract.
Applicants must provide details of a single point of contact including an electronic mail address that will be used for further communications. Any communications from applicants, including the request to participate, must be by electronic mail or letter to the address shown in I.1. Applicants are advised that the contract duration indicated in II.3. is an indicative period under consideration. The dates and associated conditions will be stipulated in the Invitation to Tender.
Applicants should note that Bristol Water employ an eSourcing system and all participants will be required to use this system whilst tendering.
Further information on the eSourcing system will be provided at tender stage.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Bristol Water PLC will incorporate a minimum 10 calendar day standstill at the point of information on the award of the contract is communicated to tenderers in accordance with EU legislation.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.4.2013