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