Opportunity

Household Water Saving Retrofit Audits

  • NORTHUMBRIAN WATER GROUP LIMITED

F05: Contract notice – utilities

Notice reference: 2024/S 000-009594

Published 25 March 2024, 1:01pm



Section one: Contracting entity

one.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House,Abbey Road, Pity Me

DURHAM

DH15FJ

Contact

Laura McMain

Email

laura.mcmain@nwl.co.uk

Telephone

+44 7805786518

Country

United Kingdom

NUTS code

UKC14 - Durham CC

Companies House

2366703

Internet address(es)

Main address

https://www.nwl.co.uk

Buyer's 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

Household Water Saving Retrofit Audits

Reference number

NW2703

two.1.2) Main CPV code

  • 71800000 - Consulting services for water-supply and waste consultancy

two.1.3) Type of contract

Services

two.1.4) Short description

NWL has set itself challenging targets to achieve real and quantifiable water savings through its water efficiency strategy to reach a long-term goal of 110 litres per person per day by 2050 and a 9.7% reduction between 2025 and 2030. Water saving visits have been a key component of our water efficiency strategy. The tried and tested approach successfully combines the provision and fitting of water saving products in customer's homes and effective water efficiency education with each customer. This approach has proven to deliver long-term behaviour change. Water's Worth Saving is our household retrofit water saving visit project. We are seeking to employ a contractor to deliver the project to our highest use customers across our Northern, Essex and Suffolk supply areas for the whole of AMP8 (2025 - 2030). We aim to award the contract to a contractor that can demonstrate the wide range of facets required to successfully deliver our project for 2025 - 2027, with extensions up to and including 2030. Below is an overview of the core components for this project to give you an idea of what the contractor will be responsible for, and some of the practical and logistical requirements and deliverables we expect:

•Inbound and outbound call handling

•Arranging appointments, including rescheduling

•Organise/plan technician routes/diaries around appointments,

•Organise/facilitate the transfer, storage and monitoring of stock

•Gaining an understanding of customers, who they are and how/why/when water is used the way it is

•Engaging with customer through relevant behavioural change messaging, making the interaction personal and tailored to the customer

•Delivery and installation of suitable water saving interventions, taking flow measurements, and substituting alternative products

•Minor internal leak repairs (such as leaking toilets, tap washer replacements etc.)

•Remedial visits

•Monitoring call centre and field staff productivity

•Robust and quality assured data collection, for example collecting data from visit around products installed, meter reads, any other areas of interest, on an electronic form

•Reporting, for example a weekly report of work complete, a monthly overview, and a final project review report

•Collection of water consumption data to assess water savings

•Post intervention customer survey

•Post interventions follow up to customers,

•Quality assurance random sampling,

•Providing feedback and recommendations of improvement prior to review phase,

•Regular catch ups with the project team to cover aspects such as training, project progress and any support required.

The regulatory year runs from April to March with a requirement to report activity completed to regulators covering this period every year. The objective is to provide validated data on the details of the work completed annually so that this data can be analysed and used for NWG's annual reporting. The project for the first year of the contract will be completed by January 2026 including a period for review of the final report and database by NWG, followed by any required amendments and clarification. Please note: Due to the nature of the project, we require the contractor to be able to deliver the work across all three operating areas, throughout the duration of the contract. This is due to mailing customers in several areas to ensure the target number of properties if achieved. We aim to achieve a minimum of 16,500 visits per year. Based on previous projects and uptake information, it is estimated that we will need to engage with approximately 110,000 over 12 months (based on a 15% uptake rate) via a recruitment communication. This would mean ~9000 customers per month. Please use this as indicative information only, as figures may change due to this project being dynamic and through a new approach.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKH14 - Suffolk
  • UKH3 - Essex

two.2.4) Description of the procurement

NWL has set itself challenging targets to achieve real and quantifiable water savings through its water efficiency strategy to reach a long-term goal of 110 litres per person per day by 2050 and a 9.7% reduction between 2025 and 2030. Water saving visits have been a key component of our water efficiency strategy. The tried and tested approach successfully combines the provision and fitting of water saving products in customer's homes and effective water efficiency education with each customer. This approach has proven to deliver long-term behaviour change. Water's Worth Saving is our household retrofit water saving visit project. We are seeking to employ a contractor to deliver the project to our highest use customers across our Northern, Essex and Suffolk supply areas for the whole of AMP8 (2025 - 2030). We aim to award the contract to a contractor that can demonstrate the wide range of facets required to successfully deliver our project for 2025 - 2027, with extensions up to and including 2030. Below is an overview of the core components for this project to give you an idea of what the contractor will be responsible for, and some of the practical and logistical requirements and deliverables we expect:

•Inbound and outbound call handling

•Arranging appointments, including rescheduling

•Organise/plan technician routes/diaries around appointments,

•Organise/facilitate the transfer, storage and monitoring of stock

•Gaining an understanding of customers, who they are and how/why/when water is used the way it is

•Engaging with customer through relevant behavioural change messaging, making the interaction personal and tailored to the customer

•Delivery and installation of suitable water saving interventions, taking flow measurements, and substituting alternative products

•Minor internal leak repairs (such as leaking toilets, tap washer replacements etc.)

•Remedial visits

•Monitoring call centre and field staff productivity

•Robust and quality assured data collection, for example collecting data from visit around products installed, meter reads, any other areas of interest, on an electronic form

•Reporting, for example a weekly report of work complete, a monthly overview, and a final project review report

•Collection of water consumption data to assess water savings

•Post intervention customer survey

•Post interventions follow up to customers,

•Quality assurance random sampling,

•Providing feedback and recommendations of improvement prior to review phase,

•Regular catch ups with the project team to cover aspects such as training, project progress and any support required.

The regulatory year runs from April to March with a requirement to report activity completed to regulators covering this period every year. The objective is to provide validated data on the details of the work completed annually so that this data can be analysed and used for NWG's annual reporting. The project for the first year of the contract will be completed by January 2026 including a period for review of the final report and database by NWG, followed by any required amendments and clarification. Please note: Due to the nature of the project, we require the contractor to be able to deliver the work across all three operating areas, throughout the duration of the contract. This is due to mailing customers in several areas to ensure the target number of properties if achieved. We aim to achieve a minimum of 16,500 visits per year. Based on previous projects and uptake information, it is estimated that we will need to engage with approximately 110,000 over 12 months (based on a 15% uptake rate) via a recruitment communication. This would mean ~9000 customers per month. Please use this as indicative information only, as figures may change due to this project being dynamic and through a new approach.

It is critical that all information relevant to this project and our customers are held securely and separate to any other clients information on a unique database. The contractor is responsible for designing this database, while we request that NWL retains the intellectual property rights. We also stipulate that NWL is responsible for a PR releases relating to this project. Plumbers are to be qualified to NVQ Level 2, plumbing

tradesmen and registered under the National Water Hygiene Car Scheme or hold existing Blue Cards. Reporting is required weekly and should cover analysis of data and work completed (take up rate, product installation rates etc.) Contract start date - 1st April 2025

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

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for 24 months (with 3 month remedial period each year) with a further 36 month optional extension.


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

As stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As stated in the procurement documents

Minimum level(s) of standards possibly required

As stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As stated in the procurement documents

Minimum level(s) of standards possibly required

As stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As stated in the procurement documents

three.1.6) Deposits and guarantees required

As stated in the procurement documents

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

As stated in the procurement documents

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

15 April 2024

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 March 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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

eSourcing Spend Management portal called 'Ariba'.

Expressions of interest for this tender must be sent to the e-mail address laura.mcmain@nwl.co.uk before the deadline date of 15th April 2024 at 12 noon. Once expression of interest has been received that contains the details below, applicants will be

given access to the Ariba portal within 48 hours from request.

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 PQQ is 19th April at 12 noon. 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, E mail address and telephone

six.4) Procedures for review

six.4.1) Review body

TBC

TBC

Country

United Kingdom