Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Adam Almond
Telephone
+44 7765823200
Country
United Kingdom
Region code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
https://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89484&B=UNITEDUTILITIES
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Building Compliance and Property Services Consultancy
Reference number
PRO004858
two.1.2) Main CPV code
- 71312000 - Structural engineering consultancy services
two.1.3) Type of contract
Services
two.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
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Building Compliance Risk Assessments
Lot No
1a
two.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
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Remedial Work relating to Asbestos
Lot No
1b
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 71317210 - Health and safety consultancy services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Structural Engineering Surveys
Lot No
2
two.2.2) Additional CPV code(s)
- 71315210 - Building services consultancy services
- 90711100 - Risk or hazard assessment other than for construction
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 February 2025
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom