Future opportunity

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

  • United Utilities Water Limited

F04: Periodic indicative notice – utilities (periodic indicative notice only)

Notice reference: 2022/S 000-012542

Published 13 May 2022, 4:41pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Email

HARP@uuplc.co.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

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

Additional information can be obtained from the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

United Utilities Water Limited (UUW) proposes to deliver a scheme titled Haweswater Aqueduct Resilience Programme (HARP) via Ofwat’s Direct Procurement for Customers (DPC) approach, engaging a Competitively Appointed Provider (CAP) to design, build, finance and maintain this major water resilience supply project.

The Haweswater Aqueduct Resilience Programme ("HARP DPC Project") is intended to mitigate the risk of water service impacts as a result of asset failure of the existing Haweswater Aqueduct.

In summary, the scope of the HARP DPC Project is the delivery of:

(a) design, construction, testing and commissioning of the works.

(b) planned and corrective maintenance, including lifecycle maintenance, of the assets following the completion of each section of the tunnel.

(c) the project management of the activities.

(d) financing of the activities.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 43123000 - Tunnelling machinery
  • 43320000 - Construction equipment
  • 45221000 - Construction work for bridges and tunnels, shafts and subways
  • 45221200 - Construction work for tunnels, shafts and subways
  • 45221240 - Construction work for tunnels
  • 45221247 - Tunnelling works
  • 45231300 - Construction work for water and sewage pipelines
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45350000 - Mechanical installations
  • 50000000 - Repair and maintenance services
  • 63712320 - Tunnel operation services
  • 65100000 - Water distribution and related services
  • 65320000 - Operation of electrical installations
  • 66100000 - Banking and investment services
  • 66122000 - Corporate finance and venture capital services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71242000 - Project and design preparation, estimation of costs
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71500000 - Construction-related services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

UUW is pursuing Ofwat’s DPC approach for HARP and Ofwat has designated the project to be delivered through DPC (https://www.ofwat.gov.uk/publication/direct-procurement-for-customers-project-designation-direction-issued-to-united-utilities-harp-scheme/). The intention of the DPC model is to unlock efficiency and innovation in the market by competitively procuring the delivery of large schemes such as HARP.

Ofwat is of the opinion that delivering HARP following a DPC procurement process can reasonably be expected to deliver value for money for customers, as set out in its recent consent for the commencement of the HARP DPC procurement.

Further information regarding the Ofwat methodology for DPC can be viewed via the following link; https://www.ofwat.gov.uk/wp-content/uploads/2017/12/Appendix-9-Direct-procurement-FM.pdf

UUW will be utilising the negotiated procedure with prior call for competition and intends to award the entire scope to a single CAP.

In summary, works and services for delivering the HARP DPC Project comprise:

(a) The coordination of all design, construction, commissioning of works, implementation, and project management at all sites

(b) management of limiting environmental impact to local communities

(c) securing land and property rights

(d) obtaining and complying with all consents (including s.106 Agreements)

(e) compliance with all requirements with respect to Biodiversity Net Gain

(f) design, construction, commissioning, implementation, testing & inspection of the works

(g) provision of all utilities and services necessary for the permanent operation of the new aqueduct, including activation any associated connection fees

(h) surveys, monitoring, and instrumentation works and services

(i) studies, investigations, and assessments

(j) reinstatement of all utilities, highways, footpaths, and hardstanding outside of the worksite that are damaged or temporarily modified during construction of the works

(k) engagement with stakeholders, local communities and third parties impacted by the HARP DPC Project (with listed exceptions) including complaints resolution

(l) provision of workforce occupational health services and well-being programmes

(m) ancillary activities necessary to ensure that the works and services are carried out in accordance with good industry practice

(n) protection and maintenance of the works through construction, testing and commissioning periods

(o) provision of as-built construction records, operation and maintenance documentation and other documentation for the HARP DPC Project

(p) provision of warranties and collateral warranties for plant and materials

(q) provision of temporary works to deliver the HARP DPC Project

(r) undertaking acceptance tests

(s) provision of all elements required for operational and maintenance access

(t) securing deeds of easement and rights of access along the entire length of the new HA tunnelled sections

(u) monitoring the impact of the works on private water supplies and arranging the provision of alternative water supplies where required

(v) provision of all other required works, services and activities required for specified operating techniques, parameters and restraints and water quality standards.

The CAP will be appointed under a bespoke project agreement with UUW, the term of the project agreement will be 25 years, plus a construction period.

UUW requires the following broad structure of the CAP:

(a) The CAP legal entity will be a Special Purpose Vehicle (SPV)

(b) The SPV will be a limited company (in accordance with amendments to UUW’s licence conditions) and will be formed prior to entry into the project agreement with UUW

(c) The CAP will be owned by the equity provider entity (or entities)

(d) The CAP will enter into the project agreement with UUW

(e) The CAP will sub-contract the design, construction, and maintenance obligations

(f) Where applicable, the CAP will sub-contract certain other obligations.

two.2.14) Additional information

The purpose of this PIN is to give potentially interested parties advance notice that UUW intends to issue a contract notice for the above mentioned procurement shortly.

This PIN does not constitute a call for competition to procure any works or services.

two.3) Estimated date of publication of contract notice

20 June 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

Tender launch event - In advance of the contract notice, UUW will be holding a tender launch event on Wednesday 8 June at a location to be confirmed in Manchester (UK). The purpose of the event is to provide interested parties with any relevant HARP DPC Project updates, and to ensure the market is informed as to some key elements of the tender process prior to the publication of the contract notice.

This event will outline the background of the project, the regulatory framework, engineering and planning updates, anticipated procurement timeline and key processes.

If you would like to attend this event please register your interest to HARP@uuplc.co.uk no later than midday 30 May 2022, further information on the location, timings and agenda for the day will then be shared.

In your response, please confirm the following information for any attendees, noting that numbers of attendees are restricted to 2 per organisation;

- Name

- Title

- Organisation

- Email address

Sharing information - In order to provide the necessary information to prepare a tender, UUW intend to provide access to a broad range of commercial and technical documentation, some of which is classified as ‘UU Confidential’ and will only be shared with those bidders shortlisted through to the ITN.

UUW can only share any UU Confidential documents where it is appropriate to do so, and where suitable safeguards have been put in place.

In order to get access to the UUW Confidential documents with the ITN, the CAP and certain parties to the CAP (who will need to be identified to UUW) will need to pass UUW’s security requirements. Interested parties should note, UUW intends to utilise a platform called "Risk Ledger" to undertake the security requirement assessment before giving access to UU Confidential documents.

Failure to pass the security requirements at the point by which UUW invite shortlisted bidders to ITN will result in a delay in getting access to any documents classified as UU Confidential.

As such, and due to the standards set out in the security requirements, it is encouraged, in anticipation of becoming a shortlisted bidder and requiring access to UU Confidential documents, that entities taking on key design and construction roles (i.e. those who are most likely to require access to documents with a UU Confidential status in order to prepare a bid) may wish to access this platform and familiarise themselves with these requirements and what is required to pass these requirements as early as possible.

Full and further information will be provided within the tender documents at contract notice.

For clarity Risk Ledger can be accessed in advance of the procurement and the potential security requirement questions can be viewed via the following link; https://riskledger.com/resources/framework

Interested parties can also register for free and should they wish, begin to complete their responses to questions in Risk Ledger using the following link; https://riskledger.com/contact/

Whilst information in this PIN describes UUW’s current view of how it is minded to proceed, interested parties should note that the positions set out in this PIN remain subject to change and will not necessarily reflect the position as at the issue of the contract notice (or conclusion of the procurement process).

Any queries in relation to this PIN should be directed to HARP@uuplc.co.uk