Tender

PRO004683-Works-Framework-Construction Delivery Partners

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2023/S 000-020515

Procurement identifier (OCID): ocds-h6vhtk-036534

Published 17 July 2023, 3:24pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Jaime Sheldon

Email

jaime.sheldon@uuplc.co.uk

Telephone

+44 7717306642

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=70516&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=70516&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

PRO004683-Works-Framework-Construction Delivery Partners

Reference number

AMP8 CDP

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

United Utilities' AMP8 and AMP9 programme is set to be significantly larger than previous periods. In response to this challenge and ensuring delivery of our strategic priorities we have carefully developed a new operating model informed by our experience, market feedback and learning from across global sectors. The 5 delivery runways within the model will be supported by a wider ecosystem of suppliers.

The Construction Delivery Partner (CDP) frameworks will form the Design and Build delivery runway within the model. This framework will support early solution design through early contractor involvement, assure constructability and ultimately drive increased value through the full project lifecycle.

The framework scope is for Project Management, Design, Construction and Commissioning of Complex Capital Projects (indicative value ~£5m-£100m) to meet our ongoing regulatory commitments and has been split into two Lots.

Lot 1 - Complex Non-Infrastructure

Lot 2 - Complex Infrastructure

two.1.5) Estimated total value

Value excluding VAT: £5,500,000,000

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: 1

two.2) Description

two.2.1) Title

Complex Non-Infrastructure

Lot No

1

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45221200 - Construction work for tunnels, shafts and subways
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45231300 - Construction work for water and sewage pipelines
  • 45240000 - Construction work for water projects
  • 45247000 - Construction work for dams, canals, irrigation channels and aqueducts
  • 45252000 - Construction works for sewage treatment plants, purification plants and refuse incineration plants
  • 45252120 - Water-treatment plant construction work
  • 45252127 - Wastewater treatment plant construction work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Typical projects in Lot 1 will include, but are not limited to, the following non-infrastructure areas:

- Water Treatment

- Waste Water Treatment

- Pumping Stations and Storage

- Reservoirs

- Bioresources and Energy

A core part of United Utilities' AMP8 operating model is an integrated Enterprise for the delivery of outcomes through non-infrastructure and major capital works solutions. The integrated Enterprise will comprise the following Partners:

- UU’s appointed Strategic Solution Identification Partner for Non-Infrastructure and Other Major Capital Works (SSIP Lot 1);

- The (up to) 6 CDPs awarded under this procurement; and

- United Utilities as intelligent client and capable owner.

The Enterprise Partners will collectively provide the range of capability to successfully deliver the programme and will be engaged early to deliver outcomes under an aligned commercial model.

All suppliers across the whole operating model will need to share our ambition for the size and scale of this challenge, align to our Purpose, Values and Strategic Priorities and ultimately help us to provide great water for a stronger, greener and healthier North West.

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: £4,000,000,000

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

Start date

31 July 2024

End date

31 March 2035

This contract is subject to renewal

No

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

Envisaged minimum number: 6

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Selection criteria as stated in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

United Utilities shall have the option to extend for one or more further periods of up to 5 years in total, up to a longstop date of 31 March 2035.

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

Complex Infrastructure

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45221200 - Construction work for tunnels, shafts and subways
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45231300 - Construction work for water and sewage pipelines
  • 45240000 - Construction work for water projects
  • 45247000 - Construction work for dams, canals, irrigation channels and aqueducts
  • 45252000 - Construction works for sewage treatment plants, purification plants and refuse incineration plants
  • 45252120 - Water-treatment plant construction work
  • 45252127 - Wastewater treatment plant construction work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Typical projects in Lot 2 will include, but are not limited to, the following infrastructure areas:

- Water Networks/Pipelines

- Wastewater Networks/Pipelines

- Pumping Stations and Storage

- Reservoirs

A core part of United Utilities' AMP8 operating model is an integrated Enterprise for the delivery of outcomes through non-infrastructure and major capital works solutions. The integrated Enterprise will comprise the following Partners:

- UU’s appointed Strategic Solution Identification Partner for Non-Infrastructure and Other Major Capital Works (SSIP Lot 1);

- The (up to) 6 CDPs awarded under this procurement; and

- United Utilities as intelligent client and capable owner.

The Enterprise Partners will collectively provide the range of capability to successfully deliver the programme and will be engaged early to deliver outcomes under an aligned commercial model.

All suppliers across the whole operating model will need to share our ambition for the size and scale of this challenge, align to our Purpose, Values and Strategic Priorities and ultimately help us to provide great water for a stronger, greener and healthier North West.

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: £1,500,000,000

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

Start date

31 July 2024

End date

31 March 2035

This contract is subject to renewal

No

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

Envisaged minimum number: 3

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Selection criteria as stated in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

United Utilities shall have the option to extend for one or more further periods of up to 5 years in total, up to a longstop date of 31 March 2035.

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: 6

In the case of framework agreements, provide justification for any duration exceeding 8 years:

The term is commensurate to the value and strategic importance of the Works to be delivered, including the time and cost implications of transitioning new suppliers and aligning to the applicable regulatory periods.

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-015964

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 September 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 October 2023

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