Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Bill Russell
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