Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Services-Framework-Environmental Surveys and Consultancy

  • First published: 18 June 2019
  • Last modified: 18 June 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
United Utilities plc
Authority ID:
AA20506
Publication date:
18 June 2019
Deadline date:
29 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The services may include, but will not be limited to, the following activities:

— Provision of specialist ecological support to the Company and its Construction Partners,

— Reviewing development proposals, plans and method statements and providing technical advice,

— Designing and undertaking field surveys to identify any relevant ecological constraints, undertaking impact assessments and producing technical reports (with digitised mapping),

— Preparation of Ecological Impact Assessments, Environmental Statements and Habitat Regulations Assessments,

— Provision of advice to avoid or minimise ecological impacts and designing necessary measures to mitigate or offset any potential impacts,

— Preparation of ecological method statements, specifications or guidance notes and provision of specialist on site support or supervision,

— Provision of services relating to protected species licencing, including licence preparation and close down, coordination and on site supervision,

— Consultation with regulatory authorities, relevant landowners and 3rd party groups and external record centres,

— Completing task specific method statements, supporting risk assessments and implementing all necessary safe systems of work,

— Consultation with third party land owners in order to secure access.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

United Utilities Water Limited

02366678

Lingley Mere Business Park

Warrington

WA5 3LP

UK

Contact person: Jaime Sheldon

Telephone: +44 1925678021

E-mail: jaime.sheldon@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=28704&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=28704&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

Services-Framework-Environmental Surveys and Consultancy

Reference number: PRO003585

II.1.2) Main CPV code

90700000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Company holds licences to provide water and wastewater services to a population of approximately seven million people and businesses in the North West of England.

The Environmental Surveys and Consultancy frameworks cover these services across the business, advising against business objectives and supporting the acquisition of environmental consents from statutory environmental consultees and planning authorities.

The frameworks are split into the following lots:

Lot 1 - Ecology,

Lot 2 - Planning,

Lot 3 - Archaeology.

II.1.5) Estimated total value

Value excluding VAT: 10 400 000.00  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

Ecology

II.2.2) Additional CPV code(s)

90710000

90712000

90712400

71354500

90700000

71313440

90711400

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

The services may include, but will not be limited to, the following activities:

— Provision of specialist ecological support to the Company and its Construction Partners,

— Reviewing development proposals, plans and method statements and providing technical advice,

— Designing and undertaking field surveys to identify any relevant ecological constraints, undertaking impact assessments and producing technical reports (with digitised mapping),

— Preparation of Ecological Impact Assessments, Environmental Statements and Habitat Regulations Assessments,

— Provision of advice to avoid or minimise ecological impacts and designing necessary measures to mitigate or offset any potential impacts,

— Preparation of ecological method statements, specifications or guidance notes and provision of specialist on site support or supervision,

— Provision of services relating to protected species licencing, including licence preparation and close down, coordination and on site supervision,

— Consultation with regulatory authorities, relevant landowners and 3rd party groups and external record centres,

— Completing task specific method statements, supporting risk assessments and implementing all necessary safe systems of work,

— Consultation with third party land owners in order to secure access.

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: 8 000 000.00  GBP

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

Duration in months: 96

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:

An initial 3 years with the option to extend up to a further 5 years (3+1+1+1+1+1).

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

Planning

II.2.2) Additional CPV code(s)

71420000

90712400

90710000

90700000

90712000

71354500

71313440

90711400

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

The services may include but will not be limited to:

— Undertake Desk Based Assessments (report and plans) and identify constraints,

— Undertake Feasibility Studies,

— Produce Planning supporting statements and Design and Access Statements,

— Undertake site visits,

— Manage Planning Performance Agreements,

— Arrange and undertake pre-application site visits with the LPA planner,

— Attend project update meetings and advise the project team on planning strategy,

— Submit planning applications on the Planning portal and deal with issues arising during the application process (to include all applications listed on the portal e.g. Conservation Area Consent, Listed Building Consent etc.),

— Manage and submit condition discharges,

— Work with the Company’s Communications Team to organise communications for public exhibitions/community events relating to the planning submission,

— Attend and represent the Company at public exhibitions/community events,

— Identify key stakeholders involved with the planning application.

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: 800 000.00  GBP

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

Duration in months: 96

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:

An initial 3 years with the option to extend up to a further 5 years (3+1+1+1+1+1).

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

Archaeology

II.2.2) Additional CPV code(s)

71420000

90712400

90712000

90710000

90700000

71351914

71313440

90711400

71354500

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

These services may include but not be limited to:

— Undertake Desk Based Assessments (report and plans):

a) Provide a desk based assessment of archaeological interest based on area plan provided by Client,

b) Provide an Archaeological report. The report shall include historic maps, and information derived from but not limited to on-line sources such as The Archaeology Data Service

(http://archaeologydataservice.ac.uk/ifp/wiki.pdf), the National Heritage List

(https://historicengland.org.uk/listing/the‐list/) and PastScape

(http://www.pastscape.org.uk/);

— Undertake Geophysical Survey and production of report,

— Undertake Archaeological excavation (To include the provision of machinery and trained operators),

— Production of Archaeological excavation Method Statement (AMS),

— Undertake Heritage impact Assessment (HIA),

— Site supervision of archaeological excavation,

— Attendance at pre-start meetings with the Company Construction Supervisor and/or Principal contractor,

— Attendance at emergency out of hour’s meetings,

— Undertake Archaeological Evaluation,

— Undertake Watching Briefs,

— Produce Written Schemes of Investigation,

— Liaise with stakeholders e.g. Local Planning Authorities, Historic England, landowners.

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: 1 600 000.00  GBP

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

Duration in months: 96

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:

An initial 3 years with the option to extend up to a further 5 years (3+1+1+1+1+1).

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: 18

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 192-394473

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/07/2019

Local time: 11:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/08/2019

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

14/06/2019

Coding

Commodity categories

ID Title Parent category
71351914 Archaeological services Geological, geophysical and other scientific prospecting services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
90711400 Environmental Impact Assessment (EIA) services other than for construction Environmental impact assessment other than for construction
90710000 Environmental management Environmental services
90712000 Environmental planning Environmental management
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71420000 Landscape architectural services Urban planning and landscape architectural services
71354500 Marine survey services Map-making services
90712400 Natural resources management or conservation strategy planning services Environmental planning

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jaime.sheldon@uuplc.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.