Contract notice - utilities

Information

Published

Expire date: 07/03/2025

External Reference: 2025-597580

FTS Reference: 2025-001925

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: Adam Almond
Telephone: +44 7765823200
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=89484&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

Building Compliance and Property Services Consultancy
Reference number:  PRO004858
II.1.2)

Main CPV code

71312000  -  Structural engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

UUW has a responsibility to its employees to ensure safe and suitable working conditions are provided, and also a responsibility to our customers to ensure there is no damage to properties or such damage is rectified where appropriate.
In order to achieve this, United Utilities are procuring a Building Compliance and Property Services Consultancy framework with the following lot structure:
Lot 1a - Building Compliance Risk Assessments
Lot 1b - Remedial Work relating to Asbestos
Lot 2 - Structural Engineering Surveys
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Building Compliance Risk Assessments
Lot No:  1a
II.2.2)

Additional CPV code(s)

71315100  -  Building-fabric consultancy services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71317210  -  Health and safety consultancy services
II.2.3)

Place of performance

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

Description of the procurement

• Water Hygiene (Legionella) Risk Assessment Surveys of domestic and operational water systems at various sites throughout the Northwest.
• Sampling, monitoring and analysis relating to Water Hygiene (Legionella) at various sites throughout the Northwest.
• Specialist consultancy advice relating to Water Hygiene (Legionella) and discharge of statutory building compliance requirements under ACOP L8 and all relevant legislation.
• Fire Risk Assessment Surveys at various properties throughout the Northwest.
• Specialist consultancy advice relating to fire safety and discharge of statutory building compliance requirements under Fire Safety Order (2005).
• Specialist consultancy advice relating to the resolution of Fire Safety actions.
• Asbestos Management Surveys of various buildings, engineering structures throughout the Northwest.
• Asbestos Refurbishment and Demolition Surveys, of various buildings and engineering structures throughout the Northwest.
• Sampling and analysis relating to Asbestos at various sites throughout the Northwest.
• Project supervision and Asbestos Analyst activities during asbestos abatement projects at various sites throughout the Northwest.
• General/specialist consultancy advice and training to the Company in matters relating to Legionella, Fire and Asbestos as required.
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
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

Remedial Work relating to Asbestos
Lot No:  1b
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
90650000  -  Asbestos removal services
II.2.3)

Place of performance

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

Description of the procurement

• Asbestos removal, clearance and abatement activities at various sites throughout the Northwest.
• General / specialist advice and training to the Company in matters relating to Asbestos remediation as required.
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
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

Structural Engineering Surveys
Lot No:  2
II.2.2)

Additional CPV code(s)

71315210  -  Building services 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

The Contract is for the provision of consultant structural and building engineering services in relation to projects within the Company’s capital investment programme (Programme Services), Network Services (Water and Wastewater Business Operations) and Property Services (Operational Property).
The services under this Contract are the execution of duties by suitably qualified Chartered Building Surveyors or Chartered Civil or Structural Engineers with relevant experience under the following categories of work:
• Pre Construction Report (External only)
• Interim Construction Report (External only)
• Post Construction Report (External only)
• Pre Construction Report (External & Internal)
• Interim Construction Report (External & Internal)
• Post Construction Report (External & Internal)
• Structural Surveys for one-off property
• Full Structural Engineering Report (SER)
• Full SER plus Invasive Investigation
• Full SER & Calculations/drawings
• Civil/Structural Engineering Advice
• Civil/Structural Advice/Expert Report for Litigation purposes
• Building Surveying Advice/Expert Report for Litigation purposes
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: 4000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
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

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:  15
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:  21/02/2025
Local time:  15:00
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.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK