Tender

PRO004392-Services-Contract-Independent Technical Adviser (HARP)

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-013809

Procurement identifier (OCID): ocds-h6vhtk-037dbb

Published 29 April 2024, 11:19pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Email

ITAprocurement@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=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