Construction Tenders

22 May 2025

Related Information

Construction Contract Leads

North West

Category Works

Type

No. of Lots 2

Status Active

Published 11th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b599
Common Procurement VocabularyConstruction work
Procurement MethodNegotiated procedure with prior call for competition
Value£80,000,000
More Tenders »

North West

Category Works

Type

No. of Lots 2

Status Active

Published 11th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b599
Common Procurement VocabularyConstruction work
Procurement MethodNegotiated procedure with prior call for competition
Value£80,000,000

Section I: Contracting entity

I.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Mark Drinkwater

Email

AMP8Procurements [at] uuplc.co.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

02366678

Internet address(es)

Main address

https://www.unitedutilities.com

Buyer's address

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=87103&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=87103&B=UNITEDUTILITIES

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PRO004824-Works-Framework-Reservoir Works

Reference number

PRO004824

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Reservoirs works will predominately focus on maintenance, investigation, repair and replacement of reservoir assets to support AMP8 and AMP9 construction activity (indicative project value £5k-£6m) to meet the Client’s ongoing regulatory commitments.

II.1.5) Estimated total value

Value excluding VAT: £80,000,000

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: 2

II.2) Description

II.2.1) Title

Lot 1- Reservoir Improvements and Maintenance

Lot No

1

II.2.2) Additional CPV code(s)

  • 44611600 - Reservoirs
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 50514200 - Repair and maintenance services of reservoirs
  • 51820000 - Installation services of reservoirs
  • 71248000 - Supervision of project and documentation

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

II.2.4) Description of the procurement

Lot 1 Reservoir Improvements and Maintenance

• Confined space works – including maintenance, repair, replacement of reservoir assets

• Vegetation clearance

• Ditch and culvert clearance

• Conduit maintenance

• Metal work/fabrication - design, maintenance, repair/replacement and servicing

• Valve tower access solution

• Valves – design, maintenance repair/replacement and servicing including hydraulic/electrical actuation

• Conduit works

• General Civils including but not limited to:-

o Road construction and site compounds

o Wavewall construction

o Debris barriers

o Granular Filter construction

o Drainage clearance, surveying, repairs and improvements

o Masonry repairs/pressure grouting/joining sealing

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: £80,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

5 year extension in annual increments.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2- Specialist Reservoir Ground Improvements (1)

Lot No

2

II.2.2) Additional CPV code(s)

  • 44611600 - Reservoirs
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 50514200 - Repair and maintenance services of reservoirs
  • 51820000 - Installation services of reservoirs
  • 71248000 - Supervision of project and documentation

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

II.2.4) Description of the procurement

Lot 2 Specialist Reservoir Ground Improvements

• Slurry Trench

• Diaphragm Wall

• TAM Grouting

• Jet Grouting

• Secant and Contiguous Piles

• Rock and Ground Anchors

• Design capability for specialist geotechnical works

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: £125,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

5 year extension in annual increments.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior 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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 9

IV.1.8) Information about the 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

16 December 2024

Local time

12:00pm

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

13 January 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom