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

Carbon based solution for Denitification.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

Anglian Water Services
Supply Chain Management, Thorpe Wood House, Thorpe Wood
For the attention of: Colleen Paternoster
PE3 6WT Peterborough
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting entity: www.anglianwater.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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Carbon based solution for Denitification.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Anglian Water Region.

NUTS code UKH

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: 3

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: 1 330 000 GBP
II.1.5)Short description of the contract or purchase(s):
This contract is for the supply of a carbon based solution to be used for denitrification purposes at 4 of our Waste Water Treatment sites.
II.1.6)Common procurement vocabulary (CPV)

24322320

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: no
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:
The provision of a Carbon based solution for Denitrification at four of our Waste Water Treatment Works.
Typical specification - bespoke formulations for denitrification accepted.
50 % Glycerol Product suitable for denitrification
Properties:
Glycerol 50 %
Water 45 %
Methanol - 0.02 %
Ash 5 %
Anticipated tonnage 1,152 Tonnes per annum across all four sites.
It is anticipated that multi-Framework award will be achieved as part of this tender, with a separate pricing exercise completed to conclude award for each site requiring product. It is anticipated that final award of site (price only) will be completed by e-Auction.
Estimated value excluding VAT: 1 330 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014 Completion 31.3.2019

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment nett monthly account.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
n/a.
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
Information and formalities necessary for evaluating if the requirements are met: Turnover figures for the past 3 years accounts will be requested at RFI stage of tender.
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 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: It is anticipated that multi-Framework award will be achieved as part of this tender, with a separate pricing exercise completed to conclude award for each site requiring product. It is anticipated that final award of site (price only) will be completed by e-Auction.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
2013/0049
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: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.2.2014 - 12:00
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: no
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:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Anglian Water Services
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM
E-mail:
Internet address: www.angliawater.co.uk

Body responsible for mediation procedures

Anglian Water
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM
E-mail:
Internet address: www.angliawater.co.uk

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Anglian Water Services
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM
E-mail:

VI.5)Date of dispatch of this notice:
22.1.2014