Contract award notice - utilities

Information

Published

External Reference: 2025-598499

FTS Reference: 2025-050621

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Works

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.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme
Reference number:  PRO004337
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.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.
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
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
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
II.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.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  60%
Cost criterion  -  Name:  Commercial  /  Weighting:  40%
II.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.
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 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 000-016815

Section V: Award of contract

Contract No: 1

Title: PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

14/08/2025
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Cascade Infrastructure Limited
London
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no

Section VI: Complementary information

VI.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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK