Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Robbie Kerr
Telephone
+44 78810233590
Country
United Kingdom
Region 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