Opportunity

Services-Framework-DSEAR Compliance, Inspection, Remediation & Support

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-029236

Published 17 October 2022, 5:07pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Robbie Kerr

Email

Robert.Kerr@uuplc.co.uk

Telephone

+44 78810233590

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=54079&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=54079&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-DSEAR Compliance, Inspection, Remediation & Support

Reference number

PRO004533

two.1.2) Main CPV code

  • 71630000 - Technical inspection and testing services

two.1.3) Type of contract

Services

two.1.4) Short description

United Utilities is seeking competent contractors to provide comprehensive support to achieve its DSEAR compliance objectives. The tender consists of two lots:

Lot 1: Consultancy Services:

Consisting of the appraisal and revision of hazardous area documentation (including Hazardous Area Classifications, Risk Assessments, MEIRA and site plans) and general hazardous area consultancy services to ensure full compliance with DSEAR and relevant standards.

Lot 2: Inspection & Remediation Services:

Consisting of a programme of work to complete hazardous area inspection and remediation services across the majority of UU sites. Will also include periodic inspections, BAU inspection and remediation services and a reactive inspection service.

The services shall be required across United Utilities’ estate in the North West of England at approximately 1,200 Company sites, ranging from large treatment facilities to regional pumping stations.

two.1.5) Estimated total value

Value excluding VAT: £18,500,000

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

Lot 1: Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Scope of Services includes: the appraisal and revision of hazardous area documentation (including Hazardous Area Classifications, Risk Assessments, MEIRA and site plans) and general hazardous area consultancy services to ensure full compliance with DSEAR and relevant standards

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: £2,500,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Annual optional extension from 36 months

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

Envisaged number of candidates: 3

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: Inspection & Remediation Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Scope of Services includes: Programme of work to complete hazardous area inspection and remediation services across the majority of UU sites. Will also include periodic inspections, BAU inspection and remediation services and a reactive inspection service.

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: £16,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Optional annual extension from 36 months

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

Envisaged number of candidates: 9

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

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

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: 7

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

21 November 2022

Local time

3:00pm

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

Tender must be valid until: 8 March 2024


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