Contract notice – utilities
Section I: Contracting 
        entity
      
I.1) Name and addresses
  United Utilities Water Ltd
  02366678
  Lingley Mere Business Park
  Warrington
  WA5 3LP
  UK
  
            Contact person: Jaime Sheldon
  
            Telephone: +44 1925678021
  
            E-mail: regulatoryprocurementteam@uuplc.co.uk
  
            NUTS: UKD
  Internet address(es)
  
              Main address: http://www.unitedutilities.com
  
              Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
 
I.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=33674&B=UNITEDUTILITIES
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33674&B=UNITEDUTILITIES
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
PRO004366 — Framework — Services-wastewater Drainage Area System Management
            Reference number: WW DASM
  II.1.2) Main CPV code
  90470000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  United Utilities Water Ltd’s current capital investment programme (AMP7) involves undertaking a diverse range of works and/or the provision of a variety of services in respect of its assets and network. United Utilities network and assets exist at various locations within its region. The scope of services covered by this procurement relates to the wastewater network only and includes the following:
  • sewer cleaning,
  • sewer inspections,
  • asset cleaning (Wet wells),
  • non-powered ancillary (NPA) inspections and routine maintenance.
  The tender is split into three lots:
  • Area A — Cumbria and Lancashire,
  • Area B — Pennine and Manchester,
  • Area C — Merseyside and Cheshire.
  II.1.5) Estimated total value
  Value excluding VAT: 
			135 000 000.00 
			  GBP
  II.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: 3
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Area A — Cumbria and Lancashire
    II.2.2) Additional CPV code(s)
    71631400
    90491000
    90913100
    II.2.3) Place of performance
    NUTS code:
    UKD
    II.2.4) Description of the procurement
    • sewer cleaning,
    • sewer inspections,
    • asset cleaning (Wet wells),
    • non-powered ancillary (NPA) inspections and routine maintenance.
    To be performed within the Cumbria and Lancashire area as defined within the tender documents.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			45 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 108
    
                  This contract is subject to renewal: No
                
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    Initial term = 5 years.
    Extended term = up to 4 years.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Area B — Pennine and Manchester
    II.2.2) Additional CPV code(s)
    90491000
    90913100
    71631400
    II.2.3) Place of performance
    NUTS code:
    UKD
    II.2.4) Description of the procurement
    • sewer cleaning,
    • sewer inspections,
    • asset cleaning (Wet wells),
    • non-powered ancillary (NPA) inspections and routine maintenance.
    To be performed within the Pennine and Manchester area as defined within the tender documents.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			45 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 108
    
                  This contract is subject to renewal: No
                
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    Initial term = 5 years.
    Extended term = up to 4 years.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Area C — Merseyside and Cheshire
    II.2.2) Additional CPV code(s)
    90491000
    90913100
    71631400
    II.2.3) Place of performance
    NUTS code:
    UKD
    II.2.4) Description of the procurement
    • sewer cleaning,
    • sewer inspections,
    • asset cleaning (Wet wells),
    • non-powered ancillary (NPA) inspections and routine maintenance.
    To be performed within the Merseyside and Cheshire area as defined within the ITN documents.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			45 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 108
    
                  This contract is subject to renewal: No
                
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    Initial term = 5 years.
    Extended term = up to 4 years.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.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.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  Please refer to procurement documents.
Minimum level(s) of standards required:
  Please refer to procurement documents.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Please refer to procurement documents.
Minimum level(s) of standards required:
  Please refer to procurement documents.
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  Negotiated with call for competition
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 3
  
                        Justification for any framework agreement duration exceeding 8 years: This term is commensurate to the value and strategic importance of the services to be provided to United Utilities, including the requirement to align with the recently awarded Network Maintenance Service (NMS) contracts and applicable regulatory periods.
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        No
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              18/08/2020
  
                Local time: 12:30
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              25/08/2020
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court of England and Wales
    City of Westminster
    London
    UK
   
 
VI.5) Date of dispatch of this notice
28/07/2020