PRO004392-Services-Contract-Independent Technical Adviser (HARP)

Award

Value

£0

Classifications

  • Infrastructure works consultancy services
  • Tunnelling machinery
  • Parts of tunnelling machinery
  • Tunnelling works
  • Financial consultancy services
  • Civil engineering consultancy services
  • Civil engineering support services
  • Advisory and consultative engineering services
  • Quantity surveying services
  • Geotechnical engineering services
  • Engineering-related scientific and technical services
  • Construction project management services
  • Technical analysis or consultancy services
  • Systems and technical consultancy services
  • Project management consultancy services
  • Certification services
  • Financial auditing services
  • General management consultancy services
  • Financial management consultancy services
  • Supply services of commercial or industrial workers
  • Services of commercial and industrial workers
  • Services of commercial workers

Tags

  • award
  • contract

Published

2 weeks ago

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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

PSNI Property Management Services Contract 2026

The Contracting Authority intends to appoint a single Supplier for the provision of Property Management Services to support the Police Service of Northern Ireland (PSNI) maintain and develop its estate, executed under an NEC4 Framework Contract. The Supplier will be responsible for ensuring the estate remains safe, secure, compliant, and supporting estate modernisation and transformation in line with the PSNI Estate Strategy. Services must be delivered with the flexibility to meet urgent operational requirements, minimising disruption to core policing functions. This Framework Contract is designed to provide a compliant and flexible mechanism for the delivery of estate management services and project based works in alignment with PSNI’s strategic and operational needs. The Framework Contract is structured into two distinct service areas (Part A and Part B), with call-offs issued under the NEC4 suite of contracts. Part A Property Management Services: These services will be delivered under the NEC4 Professional Services Contract over a period of 4 years and 3 months. A break clause will be available at 3 years and 3 months, exercisable at the sole discretion of the Contracting Authority. Part B Project Delivery Services: These services will cover the delivery of projects including (but not limited to) demolition, upgrade, refurbishment, and new build works. Project requirements will vary in scale (Micro, Minor, and Major projects) with values ranging from £10,000 up to the applicable UK Public Procurement Threshold. Services may include project management and/or full Integrated Consultancy Team (ICT) services, depending on project complexity. These call-offs will be commissioned on an ad hoc basis and delivered under either the NEC4 Professional Services Contract (PSC) or the NEC4 Professional Services Short Contract (PSSC). The NEC4 Framework Contract will be established for a duration of 4 years from the Contract Start Date, with a discretionary break clause at the end of Year 3.

Katy Reed

Published 1 hour ago
Open

Office for Product Safety and Standards (OPSS) - Product Testing Framework

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK’s National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS’s responsibilities. The testing requirements will cover: • Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. • Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. • Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. • Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. • Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS’s proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: • the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. • the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. • the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. • the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete