Opportunity

Services-Framework-Facilities Management

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2023/S 000-014326

Published 19 May 2023, 12:24pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Susan Owen

Email

Susan.Owen2@uuplc.co.uk

Telephone

+44 1925000000

Country

United Kingdom

NUTS 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=68563&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=68563&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

Services-Framework-Facilities Management

Reference number

PRO004727

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Operational Estate, which comprises of assets across circa 96 water treatment and 575 wastewater treatment sites across the North West (Crewe to Carlisle) and Corporate Estate, which comprises of Lingley Mere (Warrington), Whitehaven (Cumbria), Kent House (Kendal) and the London Office.

two.1.5) Estimated total value

Value excluding VAT: £99,000,000

two.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: 2

two.2) Description

two.2.1) Title

Lot 1 - Operational Estate

Lot No

1

two.2.2) Additional CPV code(s)

  • 39130000 - Office furniture
  • 45112700 - Landscaping work
  • 45259300 - Heating-plant repair and maintenance work
  • 64100000 - Post and courier services
  • 64121100 - Mail delivery services
  • 71315000 - Building services
  • 71317200 - Health and safety services
  • 71326000 - Ancillary building services
  • 72224000 - Project management consultancy services
  • 72253000 - Helpdesk and support services
  • 77231200 - Forest pest control services
  • 79520000 - Reprographic services
  • 79710000 - Security services
  • 79992000 - Reception services
  • 79995100 - Archiving services
  • 90533000 - Waste-tip management services
  • 90710000 - Environmental management
  • 90711100 - Risk or hazard assessment other than for construction
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Operational Estate, which comprises of assets across circa 96 water treatment and 575 waste water treatment sites across the North West (Crewe to Carlisle).

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: £49,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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

Lot 2 - Corporate Estate

Lot No

2

two.2.2) Additional CPV code(s)

  • 39130000 - Office furniture
  • 45112700 - Landscaping work
  • 45259300 - Heating-plant repair and maintenance work
  • 64100000 - Post and courier services
  • 64121100 - Mail delivery services
  • 71315000 - Building services
  • 71317200 - Health and safety services
  • 71326000 - Ancillary building services
  • 72224000 - Project management consultancy services
  • 72253000 - Helpdesk and support services
  • 77231200 - Forest pest control services
  • 79520000 - Reprographic services
  • 79710000 - Security services
  • 79992000 - Reception services
  • 79995100 - Archiving services
  • 90533000 - Waste-tip management services
  • 90710000 - Environmental management
  • 90711100 - Risk or hazard assessment other than for construction
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKD - North West (England)
  • UK - United Kingdom
Main site or place of performance

UKD

two.2.4) Description of the procurement

The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Corporate Estate, which comprises of Lingley Mere (Warrington), Whitehaven (Cumbria), Kent House (Kendal) and the London Office.

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: £49,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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

Lot 3 - Operational and Corporate Estate

Lot No

3

two.2.2) Additional CPV code(s)

  • 39130000 - Office furniture
  • 45112700 - Landscaping work
  • 45259300 - Heating-plant repair and maintenance work
  • 64100000 - Post and courier services
  • 64121100 - Mail delivery services
  • 71315000 - Building services
  • 71317200 - Health and safety services
  • 71326000 - Ancillary building services
  • 72224000 - Project management consultancy services
  • 72253000 - Helpdesk and support services
  • 77231200 - Forest pest control services
  • 79520000 - Reprographic services
  • 79710000 - Security services
  • 79992000 - Reception services
  • 79995100 - Archiving services
  • 90533000 - Waste-tip management services
  • 90710000 - Environmental management
  • 90711100 - Risk or hazard assessment other than for construction
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UK - United Kingdom
Main site or place of performance

UKD

two.2.4) Description of the procurement

The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Operational and Estate, which comprises of assets across circa 96 water treatment and 575 waste water treatment sites across the North West (Crewe to Carlisle) and Corporate Estate (Lingley Mere), Whitehaven (Cumbria), Kent House (Kendal) and the London Office.

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: £99,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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: 2

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

16 June 2023

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

United Utilties Limited

Warrington

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

United Utilities Limited

Warrington

Country

United Kingdom