Tender

PRO004552-Services-ITN-Work Package B Journey to Excellence

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-016436

Procurement identifier (OCID): ocds-h6vhtk-0346d9

Published 15 June 2022, 3:12pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Bill Russell

Email

William.Russell@uuplc.co.uk

Telephone

+44 7933290461

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

Access to the procurement documents is restricted. Further information can be obtained at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48244&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=48244&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

PRO004552-Services-ITN-Work Package B Journey to Excellence

Reference number

PRO004552

two.1.2) Main CPV code

  • 72246000 - Systems consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The scope of works includes:

Access to niche suppliers with strategic insight into leading technology, from suppliers who are disruptors in the digital market space

Improved specialist product and service focus

Reduce risk and dependency management through the number of suppliers delivering interdependent projects Maximise programme value, and better align and prioritise supply and demand

Improved forecasting accuracy of spend

Ensure delivery objectives aligned to the Company’s business plan

Provide end-to-end Supplier delivery accountabilities

Access to pre-qualified suppliers which will improve overall delivery timescales

Collaborative relationships between the Company and supplier

Ability to flex our delivery methods appropriately to meet a variety of business demands

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Capability Maturity

Lot No

1

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services
  • 72246000 - Systems consultancy services
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Warrington

two.2.4) Description of the procurement

Access to niche suppliers with strategic insight into leading technology, from suppliers who are disruptors in the digital market space

Improved specialist product and service focus

Reduce risk and dependency management through the number of suppliers delivering interdependent projects Maximise programme value, and better align and prioritise supply and demand

Improved forecasting accuracy of spendEnsure delivery objectives aligned to the Company’s business plan

Provide end-to-end Supplier delivery accountabilities

Access to pre-qualified suppliers which will improve overall delivery timescales

Collaborative relationships between the Company and supplier

Ability to flex our delivery methods appropriately to meet a variety of business demands

The scope of works includes:

• The tendering suppliers will be responsible for 3rd party requirements, with UU represented as appropriate (i.e. End User or Beneficiary if applicable to ensure compliancy under a software licence, For the avoidance of doubt, the relationship will be between UU and the awarded supplier of our framework for the programme or project works, the scope of the individual for the programmes or projects will be defined in stage 2 of the ITN.

• Accountability for end-to-end delivery of projects or consultancy

• Additional specialist services

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: 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

Data as an Asset

Lot No

2

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services
  • 72246000 - Systems consultancy services
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

WARRINGTON

two.2.4) Description of the procurement

Access to niche suppliers with strategic insight into leading technology, from suppliers who are disruptors in the digital market space

Improved specialist product and service focus

Reduce risk and dependency management through the number of suppliers delivering interdependent projects Maximise programme value, and better align and prioritise supply and demand

Improved forecasting accuracy of spendEnsure delivery objectives aligned to the Company’s business plan

Provide end-to-end Supplier delivery accountabilities

Access to pre-qualified suppliers which will improve overall delivery timescales

Collaborative relationships between the Company and supplier

Ability to flex our delivery methods appropriately to meet a variety of business demands

The scope of works includes:

• The tendering suppliers will be responsible for 3rd party requirements, with UU represented as appropriate (i.e. End User or Beneficiary if applicable to ensure compliancy under a software licence, For the avoidance of doubt, the relationship will be between UU and the awarded supplier of our framework for the programme or project works, the scope of the individual for the programmes or projects will be defined in stage 2 of the ITN.

• Accountability for end-to-end delivery of projects or consultancy

• Additional specialist services

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: £1,700,000

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: 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

Specialist digital skills

Lot No

3

two.2.2) Additional CPV code(s)

  • 72266000 - Software consultancy services
  • 72246000 - Systems consultancy services
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Warrington

two.2.4) Description of the procurement

Access to niche suppliers with strategic insight into leading technology, from suppliers who are disruptors in the digital market space

Improved specialist product and service focus

Reduce risk and dependency management through the number of suppliers delivering interdependent projects Maximise programme value, and better align and prioritise supply and demand

Improved forecasting accuracy of spendEnsure delivery objectives aligned to the Company’s business plan

Provide end-to-end Supplier delivery accountabilities

Access to pre-qualified suppliers which will improve overall delivery timescales

Collaborative relationships between the Company and supplier

Ability to flex our delivery methods appropriately to meet a variety of business demands

The scope of works includes:

• The tendering suppliers will be responsible for 3rd party requirements, with UU represented as appropriate (i.e. End User or Beneficiary if applicable to ensure compliancy under a software licence, For the avoidance of doubt, the relationship will be between UU and the awarded supplier of our framework for the programme or project works, the scope of the individual for the programmes or projects will be defined in stage 2 of the ITN.

• Accountability for end-to-end delivery of projects or consultancy

• Additional specialist services

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: £1,700,000

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: 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

Digital assurance

Lot No

4

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services
  • 72246000 - Systems consultancy services
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Warrington

two.2.4) Description of the procurement

Access to niche suppliers with strategic insight into leading technology, from suppliers who are disruptors in the digital market space

Improved specialist product and service focus

Reduce risk and dependency management through the number of suppliers delivering interdependent projects Maximise programme value, and better align and prioritise supply and demand

Improved forecasting accuracy of spendEnsure delivery objectives aligned to the Company’s business plan

Provide end-to-end Supplier delivery accountabilities

Access to pre-qualified suppliers which will improve overall delivery timescales

Collaborative relationships between the Company and supplier

Ability to flex our delivery methods appropriately to meet a variety of business demands

The scope of works includes:

• The tendering suppliers will be responsible for 3rd party requirements, with UU represented as appropriate (i.e. End User or Beneficiary if applicable to ensure compliancy under a software licence, For the avoidance of doubt, the relationship will be between UU and the awarded supplier of our framework for the programme or project works, the scope of the individual for the programmes or projects will be defined in stage 2 of the ITN.

• Accountability for end-to-end delivery of projects or consultancy

• Additional specialist services

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: £1,600,000

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: 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

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

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: 4

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 001-011755

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

Date

14 July 2022

Local time

3:00pm

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

19 August 2022

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


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

High Court of England & Wales

City of Westminster

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court of England & Wales

City of Westminster

London

Country

United Kingdom