Award

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

UNITED UTILITIES WATER LIMITED

This public procurement record has 3 releases in its history.

Award

21 Aug 2025 at 15:02

Tender

20 Jun 2022 at 13:12

Planning

13 May 2022 at 15:41

Summary of the contracting process

United Utilities Water Limited is overseeing the Haweswater Aqueduct Resilience Programme, a significant construction project focusing on water resilience. The programme's main procurement category is works, with the project positioned in the UKD region. The procurement process has reached the award stage, with Cascade Infrastructure Limited as the active supplier. This project involves the design, construction, testing, and commissioning of six tunnel sections, and will be maintained over a 25-year period. The procurement was conducted via a negotiated procedure with prior call for competition, aligning with CELEX legal basis 32014L0025. The project officially commenced on 14th August 2025.

The Haweswater Aqueduct Resilience Programme presents robust opportunities for businesses within the construction industry, particularly those specialising in large-scale infrastructure projects. With a project value estimated at £1.75 billion, the direct procurement approach aims to engage innovative and efficient service providers. Companies involved in tunnelling, water distribution, road construction, and related maintenance services are ideally placed to benefit from involvement in such a scheme. United Utilities' emphasis on sustainability and technical quality ensures that businesses able to provide targeted expertise and high-quality deliverables can contribute meaningfully, potentially leading to long-term partnerships and growth opportunities within the UK water and utilities sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme

Notice 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.

Lot Information

Lot 1

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.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03379c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/050621-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

43 - Machinery for mining, quarrying, construction equipment

45 - Construction work

50 - Repair and maintenance services

63 - Supporting and auxiliary transport services; travel agencies services

65 - Public utilities

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

43123000 - Tunnelling machinery

43320000 - Construction equipment

45000000 - Construction work

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

Notice Value(s)

Tender Value
£1,750,000,000 £1B-£10B
Lots Value
£1,750,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Aug 20256 months ago
Submission Deadline
17 Aug 2022Expired
Future Notice Date
19 Jun 2022Expired
Award Date
13 Aug 20256 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNITED UTILITIES WATER LIMITED
Contact Name
Not specified
Contact Email
harpprocurement@uuplc.co.uk
Contact Phone
Not specified

Buyer Location

Locality
WARRINGTON
Postcode
WA5 3LP
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD61 Warrington
Delivery Location
TLD North West (England)

Local Authority
Warrington
Electoral Ward
Great Sankey North and Whittle Hall
Westminster Constituency
Warrington South

Supplier Information

Number of Suppliers
1
Supplier Name

CASCADE INFRASTRUCTURE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03379c-2025-08-21T16:02:05+01:00",
    "date": "2025-08-21T16:02:05+01:00",
    "ocid": "ocds-h6vhtk-03379c",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "PRO004337",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "status": "cancelled",
                "value": {
                    "amount": 1750000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 12000
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "UU will be utilising the negotiated procedure with prior call for competition and intends to award the entire scope of the HARP DPC Project to a single CAP. In order to appoint a CAP, UU will run a procurement process made up of a series of stages. As part of the PQQ UU will set selection criteria which will be used to determine a bidder's suitability to be shortlisted to the next stage of the procurement (the ITN). 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)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60%"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "40%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "43123000",
                        "description": "Tunnelling machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "43320000",
                        "description": "Construction equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221000",
                        "description": "Construction work for bridges and tunnels, shafts and subways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221200",
                        "description": "Construction work for tunnels, shafts and subways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221240",
                        "description": "Construction work for tunnels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221247",
                        "description": "Tunnelling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45231300",
                        "description": "Construction work for water and sewage pipelines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233000",
                        "description": "Construction, foundation and surface works for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45350000",
                        "description": "Mechanical installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712320",
                        "description": "Tunnel operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65100000",
                        "description": "Water distribution and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65320000",
                        "description": "Operation of electrical installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66100000",
                        "description": "Banking and investment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66122000",
                        "description": "Corporate finance and venture capital services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-06-20T00:00:00+01:00"
        },
        "value": {
            "amount": 1750000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42170&B=UNITEDUTILITIES",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Please refer to procurement documents",
                    "minimum": "Please refer to procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer to procurement documents",
                    "minimum": "Please refer to procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "tenderPeriod": {
            "endDate": "2022-08-17T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-4736",
            "name": "United Utilities Water Limited",
            "identifier": {
                "legalName": "United Utilities Water Limited",
                "id": "02366678"
            },
            "address": {
                "streetAddress": "Lingley Mere Business Park",
                "locality": "Warrington",
                "region": "UKD",
                "postalCode": "WA5 3LP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "HARPProcurement@uuplc.co.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42170&B=UNITEDUTILITIES"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.unitedutilities.com",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4737",
            "name": "High Court of England & Wales",
            "identifier": {
                "legalName": "High Court of England & Wales"
            },
            "address": {
                "streetAddress": "City of Westminster",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-158655",
            "name": "Cascade Infrastructure Limited",
            "identifier": {
                "legalName": "Cascade Infrastructure Limited"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4736",
        "name": "United Utilities Water Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "050621-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-158655",
                    "name": "Cascade Infrastructure Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "050621-2025-1-1",
            "awardID": "050621-2025-1-1",
            "title": "PRO004337-Works-Contract-Haweswater Aqueduct Resilience Programme",
            "status": "active",
            "dateSigned": "2025-08-14T00:00:00+01:00"
        }
    ]
}