Water Supply and Services Framework

A Tender Notice
by SURREY COUNTY COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£400M
Sector
ENVIRONMENT
Published
19 Feb 2025
Delivery
To 03 Mar 2029 (est.)
Deadline
24 Mar 2025 12:00

Concepts

Location

United Kingdom:

Geochart for 2 buyers and 0 suppliers

Description

The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations. The framework will address the provision of services that facilitate the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services. The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at: https://www.dukefieldenergy.co.uk/fts-eligible-users There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.

Total Quantity or Scope

The framework will address the provision of the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services.

Renewal Options

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s).

CPV Codes

  • 65100000 - Water distribution and related services
  • 38421100 - Water meters
  • 39370000 - Water installations
  • 42122130 - Water pumps
  • 50411100 - Repair and maintenance services of water meters
  • 60600000 - Water transport services
  • 71314000 - Energy and related services
  • 71631430 - Leak-testing services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90713100 - Consulting services for water-supply and waste-water other than for construction

Indicators

  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Surrey County Council’s Internal Reference Number is SCC/DE/WATER/01. The framework is being delivered by Surrey County Council and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Energy Ltd are acting as agents of Surrey County Council in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the ProActis system at: https://supplierlive.proactisp2p.com/Account/Login The tender is available from the opportunities menu on the login page of the site. The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Surrey County Council expressly reserves the rights: (a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation; (d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement; (h) the contracting authority will not be liable for any costs incurred by tenderers; (i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement; and (j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4). Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the framework for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position. For the avoidance of doubt, the last placed position in respect of this framework is sixth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.

Reference

Domains