Contract notice - utilities

Information

Published

Expire date: 07/06/2024

External Reference: 2024-557888

FTS Reference: 2024-013809

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
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.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 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

PRO004392-Services-Contract-Independent Technical Adviser (HARP)
Reference number:  PRO004392
II.1.2)

Main CPV code

71311300  -  Infrastructure works consultancy services
II.1.3)

Type of contract

Services
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.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
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
II.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.
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: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 132
This contract is subject to renewal: no
II.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).
II.2.10)

Information about variants

Variants will be accepted: no
II.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.
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

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the 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.1.8)

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 000-030700
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/06/2024
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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