Tender

Building Compliance and Property Services Consultancy

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2025/S 000-001925

Procurement identifier (OCID): ocds-h6vhtk-04d4cb

Published 20 January 2025, 4:16pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Adam Almond

Email

Adam.Almond@uuplc.co.uk

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