[FtsS09F05ContractUtilities]

[Information]

[Published]

[ExpireDate]: 07.06.2024

[ExternalReference]: 2024-557888

[FtsReference]: 2024-013809

[FtsS09F05ContractUtilities]

[NoticeContractUtilities]

[Services]

[Section1]: [Ce]

I.1)

[NameAddressContact]

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
[Nutscode]:  UKD -  NORTH WEST (ENGLAND)
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81177&B=UNITEDUTILITIES
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivWater]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

PRO004392-Services-Contract-Independent Technical Adviser (HARP)
[Fileref]:  PRO004392
II.1.2)

[CpvMain]

71311300  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 50000000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

43123000  - 
43614000  - 
45221247  - 
66171000  - 
71311000  - 
71311100  - 
71318000  - 
71324000  - 
71332000  - 
71350000  - 
71541000  - 
71621000  - 
72220000  - 
72224000  - 
79132000  - 
79212100  - 
79411000  - 
79412000  - 
79623000  - 
98510000  - 
98511000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKD -  NORTH WEST (ENGLAND)
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 50000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 132
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 3
[CriteriaChoosingLimited]:
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)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
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)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Please refer to procurement documents
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2022/S 000-030700
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  07.06.2024
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EinvoicingUsed]
[EpaymentUsed]
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of England & Wales
City of Westminster
London
UK