Section one: Contracting entity
one.1) Name and addresses
NORTHUMBRIAN WATER GROUP LIMITED
Via : Group Financial Controller Northumbria House,Abbey Road, Pity Me
DURHAM
DH15FJ
Contact
Lily Craw
Telephone
+44 7596316769
Country
United Kingdom
Region code
UKC14 - Durham CC
Companies House
02366703
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Estate Management Services
Reference number
NW2601
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
The contracting entity wishes to establish a framework agreement for the provision of Estate Management Services. The work required under the framework will be split into three Lots:
Lot 1a - Specialist Planning Services for Northumbrian Water Operating Area
Lot 1b - Estate Management Support Services for Northumbrian Water Operating Area
Lot 2 - Estate Management Services for Essex and Suffolk Water Operating Area (including property strategy
advice, property services to support the CAPEX/OPEX programme and planning services)
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Specialist Planning Services for Northumbrian Water Operating Area
Lot No
1a
two.2.2) Additional CPV code(s)
- 71240000 - Architectural, engineering and planning services
- 71356400 - Technical planning services
- 71410000 - Urban planning services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area
two.2.4) Description of the procurement
NWG are looking for expressions of interest for a supplier of specialist planning services for their Northumbrian Water Operating Area in the North East of England.
Note: NWG have a small in-house team delivering estate management services in their Northumbrian Water
Operating area so this lot is looking for specialist planning consultancy.
The services required under this lot include but are not limited to:
Planning Applications, Planning Appeals, Development Plans, Site Appraisals, Planning Objections, Community
Consultation support, Renewable Energy and Sustainability planning advice, Environmental Impact Assessment
- provision of advice on strategic approach, Project and Programme Management planning advice, support for
an asset based investment programme and general planning advice.
The estimated annual value of this Lot is £250k per annum.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,250,000
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
The period of any Framework resulting from this procurement will be 3 years from the start date.
The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 2 years. Any number of extensions are available but will not exceed the total extension period of 2 years.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of any Framework resulting from this procurement will be 3 years from the start date.
The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 2 years. Any number of extensions are available but will not exceed the total extension period of 2 years.
two.2.14) Additional information
It is the intention to appoint one supplier to this Lot.
No work is guaranteed under this framework. All figures provided above are based on the initial 3 years and are estimates and should not be relied upon.
two.2) Description
two.2.1) Title
Estate Management Support Services for Northumbrian Water Operating Area
Lot No
1b
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area
two.2.4) Description of the procurement
NWG are looking for expressions of interest for a supplier of Estate Management Support services for their Northumbrian Water Operating Area in the North East of England.
Note: NWG have a small in-house team delivering estate management services in their Northumbrian Water
Operating area so this lot is looking for ad-hoc support of the estate management services when required.
The ad-hoc services that may be required under this lot include but are not limited to:
Negotiating new leases where Northumbrian Water is either the landlord or the tenant, Preparing schedules of condition, Rent reviews, Lease renewals, Serving and negotiating schedules of dilapidations, Periodic inspections of the estate, Undertake valuations including those in accordance with the RICS Valuation - Professional Standards (the 'Red Book') and for tax purposes, Undertake freehold and leasehold acquisitions, Provide professional advice and reports as required.
The estimated annual value of this Lot is £50k per annum.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
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
The period of any Framework resulting from this procurement will be 3 years from the start date.
The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 2 years. Any number of extensions are available but will not exceed the total extension period of 2 years.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of any Framework resulting from this procurement will be 3 years from the start date.
The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 2 years. Any number of extensions are available but will not exceed the total extension period of 2 years.
two.2.14) Additional information
It is the intention to appoint one supplier to this Lot.
No work is guaranteed under this framework. All figures provided above are based on the initial 3 years and are estimates and should not be relied upon.
two.2) Description
two.2.1) Title
Estate Management Services for Essex and Suffolk Water Operating Area
Lot No
2
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
- 71240000 - Architectural, engineering and planning services
- 71356400 - Technical planning services
- 71410000 - Urban planning services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Essex and Suffolk Water Operating Area
two.2.4) Description of the procurement
NWG are looking for expressions of interest for a supplier of Estate Management Services for their Essex and Suffolk Operating Area in the South East of England.
Note: NWG do not have an in-house team to deliver estate management in their Essex and Suffolk Operating Area so this lot is looking for full management of estate services.
The services required under this lot include but are not limited to:
Property Management - disposals and acquisitions, residential disposals, strategic property advice and management in both rural and urban areas, commercial work LL&T development and valuations.
Capex and Operational works program - advice on route or site selection, referencing prior to a pipeline or other works, provision of schedules of condition (if necessary), negotiations with owners and occupiers before, during and after any works, the acquisition of land or interests in land, negotiation of compensation claims, the servicing of statutory notices for pipelines and other works and work associated with a CPO. Also, to provide advice on land and property issues.
Planning Services - planning applications, planning appeals, development plans, site appraisals, planning objections, community consultation. Environmental impact assessment preparation, advice and process management. Project and programme management and general planning advice.
The estimated annual value of this Lot is £400k per annum.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
The period of any Framework resulting from this procurement will be 3 years from the start date.
The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 2 years. Any number of extensions are available but will not exceed the total extension period of 2 years.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of any Framework resulting from this procurement will be 3 years from the start date.
The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 2 years. Any number of extensions are available but will not exceed the total extension period of 2 years.
two.2.14) Additional information
It is the intention to appoint one supplier to this Lot.
No work is guaranteed under this framework. All figures provided above are based on the initial 3 years and are estimates and should not be relied upon.
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.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability agreement under English Law with designated lead entity.
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
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
17 February 2023
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 March 2023
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 conducted electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal called "Ariba".
Expressions of interest must be sent to the e-mail address
amp8procurement@nwl.co.uk before the deadline date of 17th February 2023. 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). This portal will contain all the tender documents associated with this procurement that are available at the time. 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 the 24th February 2023 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