Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Sinead Maguire
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=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