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

PRO004392-Services-Contract-Independent Technical Adviser (HARP)

  • First published: 30 April 2024
  • Last modified: 30 April 2024

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:
ocds-h6vhtk-037dbb
Published by:
United Utilities Water Limited
Authority ID:
AA76770
Publication date:
30 April 2024
Deadline date:
07 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

United Utilities Water Limited (UU) is delivering a scheme titled Haweswater Aqueduct Resilience Programme (HARP) to provide long-term water supply resilience to Manchester and the Pennines. The project will utilise a Competitively Appointed Provider (CAP), which is currently being procured using Ofwat’s new Direct Procurement for Customers (DPC) approach. Under the DPC approach, Ofwat requires the appointment of a Consultant to protect customers in relation to the DPC project. Ofwat requires this role to obtain assurance around the costs and delivery of a DPC project. UU views the role of the Consultant as crucial to ensure objective, independent oversight of costs that may be passed on to customers and to provide robust scrutiny and assessment of the CAP’s management of project costs and delivery. The Consultant will act as an independent party to UU, the CAP, and Ofwat, and will therefore owe a duty of care to all three parties.

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

E-mail: ITAprocurement@uuplc.co.uk

NUTS: UKD

Internet address(es)

Main address: https://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=81177&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=81177&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

PRO004392-Services-Contract-Independent Technical Adviser (HARP)

Reference number: PRO004392

II.1.2) Main CPV code

71311300

 

II.1.3) Type of contract

Services

II.1.4) Short description

United Utilities Water Limited (UU) is delivering a scheme titled Haweswater Aqueduct Resilience Programme (HARP) to provide long-term water supply resilience to Manchester and the Pennines. The project will utilise a Competitively Appointed Provider (CAP), which is currently being procured using Ofwat’s new Direct Procurement for Customers (DPC) approach. Under the DPC approach, Ofwat requires the appointment of a Consultant to protect customers in relation to the DPC project. Ofwat requires this role to obtain assurance around the costs and delivery of a DPC project. UU views the role of the Consultant as crucial to ensure objective, independent oversight of costs that may be passed on to customers and to provide robust scrutiny and assessment of the CAP’s management of project costs and delivery. The Consultant will act as an independent party to UU, the CAP, and Ofwat, and will therefore owe a duty of care to all three parties.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

43123000

43614000

45221247

66171000

71311000

71311100

71318000

71324000

71332000

71350000

71541000

71621000

72220000

72224000

79132000

79212100

79411000

79412000

79623000

98510000

98511000

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

United Utilities Water Limited (UU) is delivering a scheme titled Haweswater Aqueduct Resilience Programme (HARP) to provide long-term water supply resilience to Manchester and the Pennines. The project will utilise a Competitively Appointed Provider (CAP), which is currently being procured using Ofwat’s new Direct Procurement for Customers (DPC) approach.

The appointment of a Consultant is provided for in condition U11 of UU's Statutory Licence.

Under the DPC approach, Ofwat requires the appointment of a Consultant to protect customers in relation to the DPC project. Ofwat requires this role to obtain assurance around the costs and delivery of a DPC project. UU views the role of the Consultant as crucial to ensure objective, independent oversight of costs that may be passed on to customers and to provide robust scrutiny and assessment of the CAP’s management of project costs and delivery.

The services to be provided by the Consultant include, but are not limited to:

(a) the performance of the duties and roles assigned to the Consultant under the HARP Project

Agreement;

(b) those required (of the Consultant) by or for the purposes of UU's Statutory Licence, the DPC

Allowed Revenue Direction, the DPC Designation or Ofwat, including in terms of assurance

and reports; and

(c) associated services such as:

(i) the assessment of the CAP's allowable construction costs, programmes and any claims for Project Compensation Events, throughout the construction (and defects) period;

(ii) certifying the completion and readiness of each of the sections; and

(iii) the provision of quarterly assurance reports to Ofwat and UU.

The Agreement is anticipated to be in place for 11 years however, it will be in place for the time that is necessary for the Consultant to fulfil its duties until completion of the CAP construction works and any subsequent cost reconciliation.

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: 50 000 000.00  GBP

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

Duration in months: 132

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:

The Agreement is anticipated to be in place for a term that is necessary for the Consultant to fulfil its duties until completion of the CAP construction works and any subsequent cost reconciliation.

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


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.1.8) 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:

2022/S 000-030700

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

Date: 07/06/2024

Local time: 12:00

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 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

29/04/2024

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
79132000 Certification services Legal documentation and certification services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71541000 Construction project management services Construction management services
71350000 Engineering-related scientific and technical services Engineering services
79212100 Financial auditing services Auditing services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
79412000 Financial management consultancy services Business and management consultancy services
79411000 General management consultancy services Business and management consultancy services
71332000 Geotechnical engineering services Miscellaneous engineering services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
43614000 Parts of tunnelling machinery Parts for boring machinery
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
98510000 Services of commercial and industrial workers Private households with employed persons
98511000 Services of commercial workers Services of commercial and industrial workers
79623000 Supply services of commercial or industrial workers Supply services of personnel including temporary staff
72220000 Systems and technical consultancy services Software programming and consultancy services
71621000 Technical analysis or consultancy services Analysis services
43123000 Tunnelling machinery Coal or rock cutters and tunnelling machinery, and boring or sinking machinery
45221247 Tunnelling works Construction work for bridges and tunnels, shafts and subways

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:
ITAprocurement@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.