Opportunity

PRO004736-Works-Framework-Build Only

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2023/S 000-025376

Published 29 August 2023, 5:21pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Sinead Maguire

Email

AMP8Procurements@uuplc.co.uk

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=72364&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=72364&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

PRO004736-Works-Framework-Build Only

Reference number

AMP8 BO

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

United Utilities' 5 year asset management plans for the AMP8 period (and AMP9) has adopted a delivery model formed of 5 distinct delivery runways. This procurement is for the Build Only delivery runway.

The scope of works will be for construction of assets in the following 2 Lots:

Lot 1 - Non-Infrastructure

Lot 2 - Infrastructure

In total up to 17 framework agreements will be awarded, 7 for Lot 1, and 10 for Lot 2 respectively.

Projects will be awarded via NEC4 based call-off contracts. The number of projects awarded will be subject to AMP8 requirements and dependent on the size, type and geography of the final agreed programme for AMP8, and beyond.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000,000

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

Non-Infrastructure

Lot No

1

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction 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
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71248000 - Supervision of project and documentation
  • 71300000 - Engineering services
  • 71541000 - Construction project management services
  • 90712400 - Natural resources management or conservation strategy planning services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Lot 1 Non-Infrastructure: Water Treatment, Waste Water Treatment, Pumping Stations & Storage, Reservoirs, Bio Resources and Energy.

Work types that we envisage will form part of the Lot 1 Non-Infrastructure works (non-exhaustive) include:

• Sludge treatment Bio-digesters

• Chemical Dosing Rigs

• Primary, secondary & tertiary wastewater treatment process

• Gas Holders

• MEICA Installation and commissioning

• Presses

• Combined Heat and Power

• Access Roads and Site Facilities

• Other construction works.

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: £1,700,000,000

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

Duration in months

120

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: 10

Maximum number: 15

Objective criteria for choosing the limited number of candidates:

As per assessment criteria detailed in 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

Infrastructure

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction 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
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71248000 - Supervision of project and documentation
  • 71310000 - Consultative engineering and construction services
  • 71541000 - Construction project management services
  • 90712400 - Natural resources management or conservation strategy planning services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Lot 2 Infrastructure: Water Networks & Water Network Pipelines, Wastewater Networks & Wastewater Network Pipelines, Pumping Stations & Storage and Reservoirs.

Work types that we envisage will form part of the Lot 2 Infrastructure works (non-exhaustive) include:

• Pump Installations

• Concrete in-situ tank installations

• Pre-fabricated tanks

• CSO chamber installations & pump return

• Sewer upsizing and installations

• Screen installations

• MEICA Installation and commissioning

• Access Roads and Site Facilities

• Other construction works.

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: £4,300,000,000

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

Duration in months

120

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: 15

Maximum number: 20

Objective criteria for choosing the limited number of candidates:

As per assessment criteria detailed in 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: 17

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

25 September 2023

Local time

12:00pm

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

24 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