Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}