Tender

PRO004569 - Services - Framework - Assurance Services

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-005620

Procurement identifier (OCID): ocds-h6vhtk-031c90

Published 1 March 2022, 5:09pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Grace Power

Email

grace.power@uuplc.co.uk

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