Contract

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

  • United Utilities Water Limited

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-050621

Procurement identifier (OCID): ocds-h6vhtk-03379c (view related notices)

Published 21 August 2025, 4:02pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Email

HARPProcurement@uuplc.co.uk

Country

United Kingdom

Region 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.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

Reference number

PRO004337

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 (UU) proposes to deliver a scheme titled Haweswater Aqueduct Resilience Programme (HARP DPC Project) 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 HARP DPC Project comprises the replacement of 6 tunnel sections of the existing Haweswater Aqueduct (HA), connections to existing multiline siphons between the tunnel sections and associated facilities. It also includes the commissioning and ongoing maintenance of those works for a period of approximately 25 years after completion.

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

Works and services for delivering the HARP DPC Project are set out in the ‘additional information’ section.

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

Independent Technical Advisor - Assurance for UU and customers under the project agreement will be provided by an Independent Technical Advisor (ITA) and Approved Assurer (AA). The ITA and AA will be appointed through a separate procurement process.

Planning - Planning submissions were made by UU for the whole of the HARP DPC Project and UU has received planning permissions from the relevant local planning authorities (subject to section 106 planning obligations). As such, UU did not remove any of the initial six tunnel sections from the scope of the HARP DPC Project during the procurement process.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60%

Cost criterion - Name: Commercial / Weighting: 40%

two.2.11) Information about options

Options: Yes

Description of options

The parties (UU and CAP) may agree (in their absolute discretion) to extend the project term (by up to 10% of the project term) by agreeing to amend the expiry date. Such agreement shall be in writing, and include any changes to the project agreement to account for the extension as agreed by the parties and may also be subject to Ofwat's prior approval.

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 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 000-016815


Section five. Award of contract

Contract No

1

Title

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 August 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cascade Infrastructure Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section six. Complementary information

six.3) Additional information

The HARP DPC Project comprises:

(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 these activities; and

(d) financing of the activities

The works and services for delivering the HARP DPC Project includes (but not limited to):

(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, hardstanding and other items 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.

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom