Contract notice - utilities

Information

Published

Expire date: 25/07/2022

External Reference: 2022-545906

FTS Reference: 2022-016436

Contract notice - utilities

Contract notice – utilities

Services

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Bill Russell
Telephone: +44 7933290461
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

PRO004552-Services-ITN-Work Package B Journey to Excellence
Reference number:  PRO004552
II.1.2)

Main CPV code

72246000  -  Systems consultancy services
II.1.3)

Type of contract

Services
II.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
II.1.5)

Estimated total value

Value excluding VAT: 7000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Capability Maturity
Lot No:  1
II.2.2)

Additional CPV code(s)

72222300  -  Information technology services
72246000  -  Systems consultancy services
72266000  -  Software consultancy services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Warrington
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Data as an Asset
Lot No:  2
II.2.2)

Additional CPV code(s)

72222300  -  Information technology services
72246000  -  Systems consultancy services
72266000  -  Software consultancy services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
WARRINGTON
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Specialist digital skills
Lot No:  3
II.2.2)

Additional CPV code(s)

72266000  -  Software consultancy services
72246000  -  Systems consultancy services
72222300  -  Information technology services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Warrington
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Digital assurance
Lot No:  4
II.2.2)

Additional CPV code(s)

72222300  -  Information technology services
72246000  -  Systems consultancy services
72266000  -  Software consultancy services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Warrington
II.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
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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
III.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
III.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
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 001-011755
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/07/2022
Local time:  15:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/08/2022
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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 VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England & Wales
City of Westminster
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

High Court of England & Wales
City of Westminster
London
UK