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: Jennifer McIntyre
Telephone: +44 7867132949
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=33119&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=33119&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
PRO003714-Services-Framework-The Provision of Land Agency Services
Reference number: PRO003714
II.1.2) Main CPV code
70332100
II.1.3) Type of contract
Services
II.1.4) Short description
The framework is for the provision of land agency services (access and acquisitions) in relation to projects within United Utilities Water Ltd (the Company) capital investment programme, including regular progress reporting on projects to the company where applicable.
To enable United Utilities Water (UUW) to carry out the projects we require 3 suppliers who can provide the below resources to carry out the following, including but not limited to:
— acquisition surveyors,
— land agency specialism,
— surveying services,
— reporting (progress reporting on projects to the company).
II.1.5) Estimated total value
Value excluding VAT:
4 800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
70332100
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
The services under this framework are for the execution of duties by appropriately qualified Surveyors with relevant experience under the following categories of work.
— project referencing,
— project liaison,
— records of condition,
— land acquisition,
— landlord and tennant (commercial and agricultural),
— compensation claims negotiations.
The company required the below personnel with the relevant qualifications and experience;
Director
— FRICS/RICS,
— company director/senior partner,
— specialist experience of acting on behalf of water and or other utility undertakers.
Senior surveyor
— RICS,
— considerable experience of acting on behalf of water and or other utility undertakers.
Surveyor
— RICS or working toward RICS qualification,
— some experience of water and or other utility undertakers.
Assistant surveyor
— working towards APC,
— some experience of water and or other utility undertakers.
Technical assistant
— no RICS qualification or working towards qualification,
— surveying/administration experience.
The services are to be performed at the supplier's offices, the company's premises and any other location necessary for the efficient execution of the service.
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:
4 800 000.00
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:
3-year initial term with the option to extend a further 5 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
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:
10/07/2020
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
27/07/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England & Wales
City of Westminster
London
UK
VI.5) Date of dispatch of this notice
03/06/2020