Contract notice - utilities

Information

Published

Expire date: 02/10/2023

External Reference: 2023-572025

FTS Reference: 2023-025376

Contract notice - utilities

Contract notice – utilities

Works

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Sinead Maguire
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=72364&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

PRO004736-Works-Framework-Build Only
Reference number:  AMP8 BO
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

United Utilities' 5 year asset management plans for the AMP8 period (and AMP9) has adopted a delivery model formed of 5 distinct delivery runways. This procurement is for the Build Only delivery runway.
The scope of works will be for construction of assets in the following 2 Lots:
Lot 1 - Non-Infrastructure
Lot 2 - Infrastructure
In total up to 17 framework agreements will be awarded, 7 for Lot 1, and 10 for Lot 2 respectively.
Projects will be awarded via NEC4 based call-off contracts. The number of projects awarded will be subject to AMP8 requirements and dependent on the size, type and geography of the final agreed programme for AMP8, and beyond.
II.1.5)

Estimated total value

Value excluding VAT: 6000000000.00  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

Non-Infrastructure
Lot No:  1
II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45220000  -  Engineering works and construction works
45221200  -  Construction work for tunnels, shafts and subways
45231000  -  Construction work for pipelines, communication and power lines
45231300  -  Construction work for water and sewage pipelines
45240000  -  Construction work for water projects
45247000  -  Construction work for dams, canals, irrigation channels and aqueducts
45252000  -  Construction works for sewage treatment plants, purification plants and refuse incineration plants
45252120  -  Water-treatment plant construction work
71000000  -  Architectural, construction, engineering and inspection services
71248000  -  Supervision of project and documentation
71300000  -  Engineering services
71541000  -  Construction project management services
90712400  -  Natural resources management or conservation strategy planning services
II.2.3)

Place of performance

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

Description of the procurement

Lot 1 Non-Infrastructure: Water Treatment, Waste Water Treatment, Pumping Stations & Storage, Reservoirs, Bio Resources and Energy.
Work types that we envisage will form part of the Lot 1 Non-Infrastructure works (non-exhaustive) include:
• Sludge treatment Bio-digesters
• Chemical Dosing Rigs
• Primary, secondary & tertiary wastewater treatment process
• Gas Holders
• MEICA Installation and commissioning
• Presses
• Combined Heat and Power
• Access Roads and Site Facilities
• Other construction works.
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: 1700000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

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

Envisaged minimum number: 10  /  Maximum number: 15
Objective criteria for choosing the limited number of candidates:
As per assessment criteria detailed in procurement documents
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
United Utilities shall have the option to extend for one or more further periods of up to 5 years in total, up to a longstop date of 31 March 2035.
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

Infrastructure
Lot No:  2
II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45220000  -  Engineering works and construction works
45221200  -  Construction work for tunnels, shafts and subways
45231000  -  Construction work for pipelines, communication and power lines
45231300  -  Construction work for water and sewage pipelines
45240000  -  Construction work for water projects
45247000  -  Construction work for dams, canals, irrigation channels and aqueducts
45252000  -  Construction works for sewage treatment plants, purification plants and refuse incineration plants
45252120  -  Water-treatment plant construction work
71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71248000  -  Supervision of project and documentation
71310000  -  Consultative engineering and construction services
71541000  -  Construction project management services
90712400  -  Natural resources management or conservation strategy planning services
II.2.3)

Place of performance

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

Description of the procurement

Lot 2 Infrastructure: Water Networks & Water Network Pipelines, Wastewater Networks & Wastewater Network Pipelines, Pumping Stations & Storage and Reservoirs.
Work types that we envisage will form part of the Lot 2 Infrastructure works (non-exhaustive) include:
• Pump Installations
• Concrete in-situ tank installations
• Pre-fabricated tanks
• CSO chamber installations & pump return
• Sewer upsizing and installations
• Screen installations
• MEICA Installation and commissioning
• Access Roads and Site Facilities
• Other construction works.
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: 4300000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

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

Envisaged minimum number: 15  /  Maximum number: 20
Objective criteria for choosing the limited number of candidates:
As per assessment criteria detailed in procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
United Utilities shall have the option to extend for one or more further periods of up to 5 years in total, up to a longstop date of 31 March 2035.
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

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the 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:  17
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.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2023/S 000-015964
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/09/2023
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/10/2023
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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