Tender

PRO004756-Services-Framework- Specialist Design Development Partners

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-012473

Procurement identifier (OCID): ocds-h6vhtk-041cc3

Published 17 April 2024, 11:49am



The closing date and time has been changed to:

30 May 2024, 2:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Jennifer McIntyre

Email

AMP8Procurements@uuplc.co.uk

Country

United Kingdom

Region 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

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=80689&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=80689&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

PRO004756-Services-Framework- Specialist Design Development Partners

two.1.2) Main CPV code

  • 71320000 - Engineering design services

two.1.3) Type of contract

Services

two.1.4) Short description

United Utilities (UU) is looking to appoint Specialist Design Development Partners (DDP) in order to provide essential design development support to increase capacity, develop outline and if required detailed design packages in conjunction with the UU, and then secure all required third party approvals and be issued for construction. The Specialist DDP will engage in a service contract focused on providing essential resources to develop the Strategic Solutions Identification Partner’s / UU’s ‘High level solution’ to outline design, and if required detailed designs, for design & build, build-only and Rainwater management (RWM) projects. This task requires the Specialist DDP to predominantly focus on translating the given high-level solution into practical and effective design outputs, therefore, the Specialist DDP’s expertise in design will be pivotal in bridging the gap between the Strategic Solution Partner’s conceptual deliverables into tangible, executable deliverables.

two.1.5) Estimated total value

Value excluding VAT: £120,000,000

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: 1

two.2) Description

two.2.1) Title

Lot 1 - Design Packages

Lot No

1

two.2.2) Additional CPV code(s)

  • 71322000 - Engineering design services for the construction of civil engineering works
  • 79415200 - Design consultancy services
  • 79930000 - Specialty design services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The Specialist Design Development Partners – Design Packages, will support the company’s delivery of both infrastructure and non-infrastructure projects in AMP8 and AMP9. The design package can be either a discrete design package, for example to provide a structural design of a reinforced concrete tank with the required outputs being the calculations, a rebar schedule and supporting drawing(s) or it could be to develop a high level solution into an outline and / or detailed design where the Specialist DDP is responsible for all elements of that design, including but not limited to acting as Principal Designer under CDM.

Where the Specialist DDP are responsible for a discrete package and supporting others responsible for all elements of the design they shall be provided with a detailed scope and a list of the required outputs .

Where the Specialist DDP are responsible for all elements of the design the Specialist DDP's role will be scoped through the NEC4 Engineering Works Information (EWI) to ensure clarity and efficiency in the design process. The Specialist DDP will take predefined outputs delivered from the previous phase, for example Process Flow Diagrams (PFDs), layouts, data sheets, etc, and use them as the basis for developing comprehensive outline design, and if required detailed design, deliverables. These design deliverables should align closely with the original objectives and specifications provided, ensuring that the final designs are both relevant and functional. The DDP will ensure that all designs are carried out in line with ISO 9001 and the employers standards and specifications

The Specialist DDP will excel in conducting refined cost-benefit analyses to maximize financial efficiency while maintaining an interactive collaboration with UU, the Strategic Solutions Partner’s and build only contractor teams for actionable insights. The process should also involve a thorough assessment of lifecycle costs, proactive stakeholder involvement to ensure alignment with wider project objectives, and third party approval requirements, and a commitment to pioneering sustainable and innovative solutions. Through established performance metrics, the aim is to deliver designs that are not only cost-effective but also environmentally responsible, fulfilling the extensive objectives of our projects.

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: £80,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Option of renewal for a further 5 years.

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

Envisaged number of candidates: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 - Rainwater Management and Nature Based Solution Design

Lot No

2

two.2.2) Additional CPV code(s)

  • 71322000 - Engineering design services for the construction of civil engineering works
  • 79415200 - Design consultancy services
  • 79930000 - Specialty design services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The Specialist Design Development Partners – framework will support the Company’s delivery of Rainwater Management Solutions Projects in AMP8 and AMP9. Primary responsibilities will be to develop stipulated high level design solutions into outline and /or detailed design and produce design packages ready for delivery via the companies’ Rainwater Delivery Partners.

The Rainwater Design Development Partners will be responsible for one or more of four areas-

• Cumbria

• Lancashire

• Greater Manchester

• Merseyside and Cheshire

The current programme indicates that there will be c8000 ,interventions required across the whole network area, however it should be noted that the programme will remain fluid as part of PR24 and as such may realise as many as 15,000 interventions.

The Company’s Rainwater Management Strategy places emphasis on the value of rainwater. The strategy interacts with the upper catchments and our estates, to our drainage areas and networks and ultimately our wastewater treatment works. Managing rainwater using this philosophy aligns to CaST approach techniques. This strategy is underpinned by a Sustainable Drainage philosophy to recycle and re-use rainwater, manage it at source (close to where it falls), convey it on the surface and attenuate it on the surface to ‘slow the flow’.

This approach supports both sustainable drainage and water efficiency; increasing headroom across the wastewater business and reducing demand for potable supply through recycling and cultural change whilst monetising and delivering multi capital benefits, delivering blue green infrastructure to communities across the North West. By delivering rainwater management, we reduce our reliance upon building conventional and carbon intensive storage tanks and increase our ability to deliver an adaptive plan. This ensures best value outcomes for customers.

Some of the packages of work within this programme are not innovative in isolation but are innovative in the scale at which they are being proposed to be delivered. This means the strategy unlocks easy and scalable solutions for the Company across its household and non-household base and associated impermeable areas in collaboration with retailers. To support ‘Our Future Plan’ the strategy may need to be adaptive and delivered across multiple asset management planning periods or integrated as a methodology within a place-based planning approach. The strategy has been designed in parallel and aligned to the Drainage and Wastewater Management Plan (DWMP). This ensures that the strategic direction as outlined within our long-term plans is used as the basis for developing the detail within this plan, and refined and tailored to ensure that short- to medium term strategic objectives are delivered as part of the long term plan.

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: £40,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Option of renewal for a further 5 years.

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

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Please refer to procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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: 9

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-034849

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

Originally published as:

Date

22 May 2024

Local time

2:00pm

Changed to:

Date

30 May 2024

Local time

2:00pm

See the change notice.

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

14 June 2024

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom