web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Maidstone: Water distribution and related services

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 031-056663/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Kent County Council
County Hall
Maidstone
Postal code: ME14 1XQ
United Kingdom
Phone: +44 1622236767
Email: psg@commercialservices.org.uk
Internet Address(es):
General address of the contracting authority:
Electronic submission of tenders and requests to participate: www.kentbusinessportal.org.uk
Further information can be obtained from: Kent County Council
County Hall
Maidstone
Postal code: ME14 1XQ
United Kingdom
Phone: +44 1622236767
Email: psg@commercialservices.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Kent County Council
County Hall
Maidstone
Postal code: ME14 1XQ
United Kingdom
Phone: +44 1622236767
Email: psg@commercialservices.org.uk

Tenders or requests to participate must be sent to: Kent County Council
County Hall
Maidstone
Postal code: ME14 1XQ
United Kingdom
Phone: +44 1622236767
Email: psg@commercialservices.org.uk

I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
KCC (LASER)
1 Abbey Wood Road
Kings Hill
Postal code: ME19 4YT
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Y16045 — Water and Sewerage Services.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: 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: 0
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 208 000 000 GBP
II.1.5) Short description of the specific contract:
Commercial Services is one of the largest trading organisations of its kind in the UK with a turnover currently in excess of 600 000 000 GBP per annum and employing over 800 people from its base in Kent. With its Schools Supplies Division set up over 70 years ago by Kent County Council, it has grown organically since then to supply an ever-increasing range of best value goods and services to other publicly funded organisations. These include local government, education establishments, the care sector and emergency services. LASER was established as part of Commercial Services in 1989, in response to the increasing competitiveness of the deregulated energy markets and now provides complete energy solutions to 160 Local Authorities and other Public Sector bodies throughout the UK. Kent County Council (the Contracting Authority) is the largest local authority in England covering an area of 3 500 square kilometres. It has an annual expenditure of over 1 000 000 000 000 GBP on goods and services and a population of 1 300 000. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and 289 parish/town councils. In accordance with best procurement practice, EU and UK Procurement Directives and Regulations, the Contracting Authority wishes to create a Framework Agreement (the Agreement) for Water Supply and Sewerage Services. The procurement process adopted by the Contracting Authority is based upon the ‘Open’ Procedure, as detailed in the Public Contract Regulations 2015 and the EU Combined Procurement Directive 2014/24/EU.
II.1.6) Common procurement vocabulary (CPV): 65100000, 09320000, 24962000, 38421100, 39370000, 42912300, 44163140, 45330000, 50411100, 51514110, 65130000, 71800000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The 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: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Commercial Services is one of the largest trading organisations of its kind in the UK with a turnover currently in excess of 600 000 000 GBP per annum and employing over 800 people from its base in Kent. With its Schools Supplies Division set up over 70 years ago by Kent County Council, it has grown organically since then to supply an ever-increasing range of best value goods and services to other publicly funded organisations. These include local government, education establishments, the care sector and emergency services. LASER was established as part of Commercial Services in 1989, in response to the increasing competitiveness of the deregulated energy markets and now provides complete energy solutions to 160 Local Authorities and other Public Sector bodies throughout the UK. Kent County Council (the Contracting Authority) is the largest local authority in England covering an area of 3,500 square kilometres. It has an annual expenditure of over 1 000 000 000 000 GBP on goods and services and a population of 1 300 000. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and 289 parish/town councils. In accordance with best procurement practice, EU and UK Procurement Directives and Regulations, the Contracting Authority wishes to create a Framework Agreement (the Agreement) for Water Supply and Sewerage Services. The procurement process adopted by the Contracting Authority is based upon the ‘Open’ Procedure, as detailed in the Public Contract Regulations 2015 and the EU Combined Procurement Directive 2014/24/EU.
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:
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Water and Sewerage
1) Short description: This LOT 1 of a National Framework Agreement is for the Supply of Water and Sewerage Services including Invoicing, account management and ancillary services. It is noted, that opportunities will be let using mini tender to those on the Framework Agreement but inclusion on the Framework is not a guarantee of business.
2) Common procurement vocabulary (CPV): 90400000,45232100,45232150
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Water and Sewerage — Competitive dialogue
1) Short description: This LOT 2, of a national Framework Agreement is for the supply of water and sewerage services including invoicing, account management and ancillary services and efficiencies. It must be noted, that opportunities will be let using Competitive Dialogue with those on the Framework Agreement but inclusion on the Framework is not a guarantee of business. The innovation lot is an opportunity for Tenderers to offer innovative contracting structures aiming to link water efficiency and price savings into the supply arrangement. It is anticipated that offers under Lot 2 would run for multiple years and provide opportunity for the Supplier to deliver guaranteed savings for the Participating Authority. Savings may be delivered through a range of activities including but not limited to:- — Reduced retail charges — Capital investment in water efficiency (replacing water using kit with more efficient versions) — Capital investment in finding and fixing leaks — Wholesale tariff Optimisation (identifying and rectifying errors in wholesale tariffs or notional/physical meter downsizing) While simple in principle, it is likely that offers under this Lot will be complex and specific, and require significant levels of data relating to sites before a tenderer could provide a priced proposal. To aid Supplier selection from the Framework it is proposed that the mini-tendering procurement procedure followed is similar to the competitive dialogue procedure as outlined in the Public Contract Regulations 2015.
2) Common procurement vocabulary (CPV): 90400000,45232100,45232150
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

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 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:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
Y16045.
IV.3.2) Previous publication(s) concerning the same contract:

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
17.03.2017 – 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 120 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Date: 17.3.2017 – 14:00
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
This opportunity will be completed electronically via ProContract, a site run by Due North. Interested organisations should go to www.kentbusinessportal.org.uk to register and express interest. To express interest select ‘Current Opportunities’, from the ‘Organisation’ drop down box select ‘Commercial Services’, click search and select the appropriate opportunity. Once you have successfully expressed interest via the portal you will be sent an email directing you to the ProContract site from which you will be able to access and download the invitation to tender documentation and any other relevant information. This email should be retained, as it will contain your direct link to the ProContract portal, for information purposes only the link is www.kentbusinessportal.org.uk/procontract/supplier.nsf do not use this link now. Tenderers should also note that final submissions must be made via ProContract, no other submission route is permitted. Failure to follow this path will result in the tender submission being disregarded. All documents pertaining to this opportunity will be available for download via the procontract portal from the outset. Please ensure you are able to download all files immediately after accessing the ProContract portal. Any public body will have access to this Agreement but may only do so with the agreement of the Contracting Authority through LASER. Those organisations who may wish to access this Agreement include local authorities the Police Service, the Fire Service, the NHS & NHS Trusts, port authorities, third sector organisations, academic centres (including Academies), publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands and Northern Ireland. Full details of the classification of potential public bodies who may become Participating Authorities and/or End Users under this Agreement via the Contracting Authority can be found at the following web addresses: Regions in England: Main Regions:- East Midlands; West Midlands; East of England; South East; South West; North West; North East; Yorkshire & Humber; London or to individual administering Councils. See link: Northern Ireland: Administered across 26 Districts of Northern Ireland. See link: Scotland: Administered across 32 Council areas. See link: Wales: Administered across 22 Council areas. See link: Classification of End User Organisations Local Authority Councils: County, Unitary, District, Borough, and Metropolitan Councils. (Parish and Community Councils are also permissible users). See link: Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education College, University. See links: www.education.gov.uk/edubase www.hefce.ac.uk Police, Fire & Rescue & Maritime & Coastguard Agency Emergency Services: See links: Port Authorities NHS Bodies, the HSC (Northern Ireland) and Ambulance Services: See links: Central Government Departments & their Agencies: See link: Registered Charities: See links: Registered Social Landlords: Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives. See link: Northern Ireland: Administered across 26 Districts of Northern Ireland. See link: Scotland: Administered across 32 Council areas. See link: Wales: Administered across 22 Council areas. See link: Tenderers are advised that the Contracting Authority, its affiliates and/or authorised users, reserve the right to supply the tendered products, services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the Agreement period as stated in this document, for the purpose of selling to other public, private and third sector organisations.
VI.4) Procedures for appeal:
VI.5) Date of dispatch of this notice:
10.02.2017