Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Grace Power
Telephone
+44 1925678021
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
02366678
Internet address(es)
Main address
http://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.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=43517&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=43517&B=UNITEDUTILITIES
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PRO004569 - Services - Framework - Assurance Services
two.1.2) Main CPV code
- 72225000 - System quality assurance assessment and review services
two.1.3) Type of contract
Services
two.1.4) Short description
United Utilities Water (UUW) seek to secure suppliers to provide assurance services. The nature of the assurance activity will vary depending on the nature and impact of the elements of the programmes, projects and submissions that are being assured.
two.1.5) Estimated total value
Value excluding VAT: £6,500,000
two.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
two.2) Description
two.2.1) Title
Lot 1 - Assurance Aggregation
Lot No
1
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79221000 - Tax consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes, but is not limited to:
• Development of an assurance plan/roadmap aligned to the UUW Assurance Framework, reviewing the adequacy of the planned scope of work and deliverables, together with the plan to deliver these activities
• Review of the programme/project management including governance and control
• Review of the application of the UUW Assurance Framework and associated risk based assessment
• Assuring any processes used are developed in a way which will provide reliable, accurate and complete data
• Where applicable a review of the requirement traceability matrix and alignment with regulatory requirements
• Provide the holistic view of UUW internal assurance and specialist third party assurance activity to ensure comprehensive coverage against the requirements and risk based assessment.
• Accurately assessing any risk exposure within the relevant submission
• Undertaking a robust process to ensure that the resultant outputs will be deliverable to the specified time and cost constraints
• Development of a consolidated assurance review and associated findings for UUW
• Confirming that the submission has been developed in a way which will provide reliable, accurate and complete data
• Confirming that the submission is good enough to be assessed as being high quality against relevant requirements with risks identified and described appropriately
• Confirming that the planned submissions and supporting documentation will be able to be delivered to the quality and time assumptions
• Providing sufficient evidential support for any UUW Board assurance statement (this could include evidential proof points, reports or attendance at board meetings)
• UUW may need to share the findings of the assurance findings/reports with its regulators, the Supplier will need to support this requirement
• Delivery of agreed outcomes as per assignment (assurance findings and recommendations)
• Where required, creation of programme/submissions lessons learned for UUW
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
2 year framework agreement with the option to extend by 6 years in 12 month increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Specialist Assurance
Lot No
2
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79221000 - Tax consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes, but is not limited to:
• Specialist, technical or expert assurance, deep dive assessments on topics to be specified by the Company
• Accurately assessing any risk exposure within the relevant submission
• Undertaking a robust process to ensure that the resultant outputs will be deliverable to the specified time and cost constraints
• Confirming that the deliverable has been developed in a way which will provide reliable, accurate and complete data
• Where required, creation of programme/submissions lessons learned for UUW
• Delivery of agreed outcomes as per assignment (Assurance, findings and recommendations)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
2 year framework agreement with the option to extend by 6 years in 12 month increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Cost and Financial Information Assurance
Lot No
3
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79221000 - Tax consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes, but is not limited to:
• Specialist cost and financial and information assurance, deep dive assessments on topics to be specified by the Company
• Determine the adequacy and effectiveness of the cost estimation process implemented by UU and undertaken by third parties
• Delivery of agreed outcomes as per assignment (Assurance, findings and recommendations).
• Managing and influencing Key Stakeholders.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
2 year framework agreement with the option to extend by 6 years in 12 month increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to procurement documents
Minimum level(s) of standards possibly required
Please refer to procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to procurement documents
Minimum level(s) of standards possibly required
Please refer to procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 6
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 March 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
United Utilities
Warrington
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
United Utilities
Warrington
Country
United Kingdom