United Utilities Environmental Assessments Framework
Lot 1: Environmental Impact Assessment.
United Kingdom-Warrington: Environmental Impact Assessment (EIA) services other than for construction
2019/S 125-306997
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
United Kingdom
Contact person: Jaime Sheldon
Telephone: +44 1925678021
E-mail: jaime.sheldon@uuplc.co.uk
NUTS code: UKD
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
PRO004263-Services-Framework-Environmental Assessments
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Company holds licences to provide water and wastewater services to a population of approximately 7 000 000 people and businesses in the North West of England.
The environmental assessments framework covers services across the business, advising against business objectives and supporting the acquisition of environmental consents from statutory environmental consultes and planning authorities.
The framework will be for the following:
Lot 1: Environmental Impact Assessment (EIA);
Lot 2: Habitats Regulations Assessment (of plans and projects) (HRA);
Lot 3: Drought Permit / Order Environmental Assessments;
Lot 4: Water Framework Directive assessments;
Lot 5: Strategic Environmental Assessment (SEA).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Environmental Impact Assessment (EIA)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Environmental impact assessments as well as assessments to support EIAs (e.g. flood risk, socio-economics, landscape, ecology, noise, etc.).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Initial 3-year term with the option to extend for a further 5 up to a maximum of 8.
II.2.13)Information about European Union funds
II.2.1)Title:
Habitats Regulations Assessment (HRA)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Habitats Regulations Assessment in support of strategic plans (Water Resource Management Plan (WRMP), Drought Plan) and of projects (e.g. capital projects, WINEP flow change studies).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Initial 3-year term with the option to extend for a further 5 up to a maximum of 8.
II.2.13)Information about European Union funds
II.2.1)Title:
Drought Permit/Order Environmental Assessments
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Environmental Assessment Reports (EARs) prepared to environment agency guidance in support of drought permits/orders. This may include field surveys and preparation of application ready documents in the event of a drought.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Initial 3-year term with the option to extend for a further 5 up to a maximum of 8.
II.2.13)Information about European Union funds
II.2.1)Title:
Water Framework Directive Assessments
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Water framework directive assessments in support of WRMP, capital projects and water industry national environment programme investigations.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Initial 3-year term with the option to extend for a further 5 up to a maximum of 8.
II.2.13)Information about European Union funds
II.2.1)Title:
Strategic Environmental Assessment (SEA)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Strategic environmental assessment of WRMP and drought plan.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Initial 3-year term with the option to extend for a further 5 up to a maximum of 8.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to procurement documents.
III.1.2)Economic and financial standing
Please refer to procurement documents.
Please refer to procurement documents.
III.1.3)Technical and professional ability
Please refer to procurement documents.
Please refer to procurement documents
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
City of Westminster
London
United Kingdom
VI.5)Date of dispatch of this notice: