Opportunity

Services-DPS-Engineering, Programme Management & Commercial Resources

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-017931

Published 30 June 2022, 4:12pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Grace Power

Email

grace.power@uuplc.co.uk

Telephone

+44 1925678021

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

02366678

Internet address(es)

Main address

http://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=49850&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=49850&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-DPS-Engineering, Programme Management & Commercial Resources

Reference number

PRO004496

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The company engages a strategic partner as an Engineering Service Provider (ESP), whom provides Engineering Resources as required, and a Programme Management Office Service Provider (PMO), whom provides Programme Management & Commercial Resources as required. However on occasion the ESP &/or PMO is unable to meet all of the company’s requirements due to volume of requirements and capacity issues. A Dynamic Purchasing System (DPS) will be utilised to provide an alternative route to securing such requirements in the event of the ESP/PMO being unable to support a specific request or requirement. All usage of the DPS will be supplementary and only when the ESP/PMO route is unavailable.

two.1.5) Estimated total value

Value excluding VAT: £16,000,000

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 - Engineering Resources

Lot No

1

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71332000 - Geotechnical engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Resource orders & project based works packages

Resource order for single or multi resources, requirement to cover multiple engineering disciplines. List to be finalised during Tender Pack development, currently expected to include

a) Process Engineering

b) Mechanical Engineering

c) Electrical Engineering

d) Civil Engineering

e) Hydraulic Modelling

f) Geotechnical Engineering

g) Asset Information or BIM

Vendors will be able to join this lot by showing evidence of resource & expertise.

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: £8,000,000

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: Yes

Description of options

Procedure is a Dynamic Purchasing System and will be for a term of 8 years

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 - Programme Management & Commercial Resources

Lot No

2

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71332000 - Geotechnical engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Lot 2 Programme Management & Commercial Resources

Resource order for single or multi resources, requirement to cover multiple engineering disciplines. List to be finalised during Tender Pack development, currently expected to include

a) Programme Manager

b) Project Manager (construction)

c) Construction Supervisor

d) 3rd Party Advisor

e) Project Controller

f) Quantity Surveyor

g) Contract Formulator

h) Contract Manager

Vendors will be able to join this lot by showing evidence of resource & expertise in the listed fields, and submit cross-discipline experience or expertise

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: £8,000,000

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: Yes

Description of options

Procedure is a Dynamic Purchasing System and will be for a term of 8 years

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

List and brief description of selection criteria

Please refer to procurement documents

Minimum level(s) of standards possibly required

Please refer to procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to procurement documents

Minimum level(s) of standards possibly required

Please refer to procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

28 July 2022

Local time

4:00pm

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.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 Utilities

Warrington

Country

United Kingdom

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

United Utilities

Warrington

Country

United Kingdom