Contract notice - utilities

Information

Published

Expire date: 21/11/2022

External Reference: 2022-517747

FTS Reference: 2022-029236

Contract notice - utilities

Contract notice – utilities

Services

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Robbie Kerr
Telephone: +44 78810233590
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=54079&B=UNITEDUTILITIES
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Services-Framework-DSEAR Compliance, Inspection, Remediation & Support
Reference number:  PRO004533
II.1.2)

Main CPV code

71630000  -  Technical inspection and testing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

United Utilities is seeking competent contractors to provide comprehensive support to achieve its DSEAR compliance objectives. The tender consists of two lots:
Lot 1: Consultancy Services:
Consisting of the appraisal and revision of hazardous area documentation (including Hazardous Area Classifications, Risk Assessments, MEIRA and site plans) and general hazardous area consultancy services to ensure full compliance with DSEAR and relevant standards.
Lot 2: Inspection & Remediation Services:
Consisting of a programme of work to complete hazardous area inspection and remediation services across the majority of UU sites. Will also include periodic inspections, BAU inspection and remediation services and a reactive inspection service.
The services shall be required across United Utilities’ estate in the North West of England at approximately 1,200 Company sites, ranging from large treatment facilities to regional pumping stations.
II.1.5)

Estimated total value

Value excluding VAT: 18500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

Lot 1: Consultancy Services
Lot No:  1
II.2.2)

Additional CPV code(s)

71317000  -  Hazard protection and control consultancy services
90711100  -  Risk or hazard assessment other than for construction
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
II.2.4)

Description of the procurement

Scope of Services includes: the appraisal and revision of hazardous area documentation (including Hazardous Area Classifications, Risk Assessments, MEIRA and site plans) and general hazardous area consultancy services to ensure full compliance with DSEAR and relevant standards
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
Annual optional extension from 36 months
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2: Inspection & Remediation Services
Lot No:  2
II.2.2)

Additional CPV code(s)

50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
II.2.4)

Description of the procurement

Scope of Services includes: Programme of work to complete hazardous area inspection and remediation services across the majority of UU sites. Will also include periodic inspections, BAU inspection and remediation services and a reactive inspection service.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 16000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
Optional annual extension from 36 months
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 9
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to procurement documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to procurement documents
Minimum level(s) of standards possibly required:  
Please refer to procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to procurement documents
Minimum level(s) of standards possibly required:  
Please refer to procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  7
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/11/2022
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  08/03/2024

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK