Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
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=81177&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=81177&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
PRO004392-Services-Contract-Independent Technical Adviser (HARP)
Reference number
PRO004392
two.1.2) Main CPV code
- 71311300 - Infrastructure works consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
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
- 43614000 - Parts of tunnelling machinery
- 45221247 - Tunnelling works
- 66171000 - Financial consultancy services
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71318000 - Advisory and consultative engineering services
- 71324000 - Quantity surveying services
- 71332000 - Geotechnical engineering services
- 71350000 - Engineering-related scientific and technical services
- 71541000 - Construction project management services
- 71621000 - Technical analysis or consultancy services
- 72220000 - Systems and technical consultancy services
- 72224000 - Project management consultancy services
- 79132000 - Certification services
- 79212100 - Financial auditing services
- 79411000 - General management consultancy services
- 79412000 - Financial management consultancy services
- 79623000 - Supply services of commercial or industrial workers
- 98510000 - Services of commercial and industrial workers
- 98511000 - Services of commercial workers
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.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.
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
132
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
UU intends to issue the ITN to three applicants (selected on the basis of the highest scores
from the PQQ stage). The applicant with the fourth highest score will be held as a reserve
bidder for thirty days (or such period extended at UU’s discretion) from the formal issue of
the ITN to the applicants successfully shortlisted. The reserve bidder will be added to the
shortlist in the event one of the top three highest scoring shortlisted bidders drops out
within the thirty day period (or longer, as applicable).
two.2.10) Information about variants
Variants will be accepted: No
two.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.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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: 2022/S 000-030700
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 June 2024
Local time
12:00pm
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.2) Information about electronic workflows
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