Tender

Building and Condition Surveys

  • NORTHUMBRIAN WATER GROUP LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-002115

Procurement identifier (OCID): ocds-h6vhtk-030edc

Published 25 January 2022, 10:08am



Section one: Contracting entity

one.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House,Abbey Road, Pity Me

DURHAM

DH15FJ

Contact

Lily Craw

Email

lily.craw@nwl.co.uk

Telephone

+44 7596316769

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

https://www.nwl.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://s1.ariba.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s1.ariba.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Building and Condition Surveys

Reference number

NW2439

two.1.2) Main CPV code

  • 71315300 - Building surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

NWL are looking for a number of partners to join our Framework for building and condition surveys and associated services.

The work includes but is not limited to condition surveys and inspections of buildings, roads and civil structures on NWL operational and non-operational sites.

For larger scale refurbishment or new build construction works, this may require the provision of both pre and post contract services. Health and safety requirements may require the provision of CDM duties as required.

The majority of the requirements will be for the NW operating area however the Framework will also cover ESW and there may be some opportunities to deliver services in the ESW operating area too.

There is no guaranteed level of work under this framework agreement.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKH14 - Suffolk
  • UKH3 - Essex
Main site or place of performance

The majority of the requirements will be for NW operating area however the framework will also cover ESW and there may be some instances where services will be required in the ESW operating area too.

two.2.4) Description of the procurement

The services required under this framework include but are not limited to the provision of core building surveying services including: building surveys, dilapidation assessments, defects diagnosis, refurbishment and repair advice, remediation projects and specialist advice on Northumbrian Water Ltd (NWL) operational and non-operational sites.

The services also include the management of maintenance services for NWL's Residential Portfolio (in Northumbrian Water Operating Area only) and this includes the provision of a help desk facility for tenants to report repairs (both in hours and out of hours for emergencies). The consultants appointed may also support NWL in negotiation with private land and property owners and occupiers.

For minor works, where appropriate for each site, a detailed asset survey report is provided to identify any repairs, possible causes and required remedial works (including quantities). This includes recommendations for timescales for completion and the production of costed estimates for each repair.

For larger scale refurbishment or new build construction works, the scope includes provision of contract services. Typically this includes the pre-contract preparation of designs, specifications, working drawings, tender estimates, bills of quantities, tender documents and tender assessment. Contract duties typically include contract administration, site supervision, cost control and payment certification, final accounts on completion and may include the provision of CDM duties as required.

The full scope of services will be detailed in the Pre-Qualification Questionnaire (PQQ).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

3 year Framework Agreement, with a potential to extend by negotiation with the supplier for a further period of 2 years (5 in total).

The anticipated value is £130k per annum.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The duration of the framework is 3 years with options to extend for a further 2 years dependent upon business needs, markets and performance and will be subject to regular reviews.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Prerequisites are detailed in the Pre Qualification document within Ariba once you have access.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.6) Deposits and guarantees required

Parent Company Guarantees and Performance Bonds may be requested as part of the award.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

This will be advised if invited to tender.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

If applicable these will be advised in the tender documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 February 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Applicants are asked to note that this procurement process will be conduced electronically with all documents and communication being managed through the Northumbrian Water eSourcing Spend Management portal called "Ariba".

Expressions of interest must be sent to the e-mail address amps7@nwl.co.uk before the deadline date of 11/02/2022 at Midday. Once expression of interest has been received containing the details below, applicants will be given access to the Ariba portal within 48 hours from request (where possible). An email link will also be provided to the email address you provide to access the portal. The deadline for return of the completed Pre-Qualification Questionnaire (PQQ) is 18/02/2022 at Midday.

When sending expression of interest, applicants must provide the following information:

1) Full company name,

2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, email address and telephone number.

six.4) Procedures for review

six.4.1) Review body

TBC

TBC

Country

United Kingdom