Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Susan Owen
Telephone
+44 1925000000
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=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