Tender

Water Quality Monitoring (River Pledge 4)

  • NORTHUMBRIAN WATER GROUP LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-017340

Procurement identifier (OCID): ocds-h6vhtk-03d775

Published 19 June 2023, 1:57pm



Section one: Contracting entity

one.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House,Abbey Road, Pity Me

DURHAM

DH15FJ

Contact

Lauren Briggs

Email

lauren.briggs@nwl.co.uk

Telephone

+44 7999176512

Country

United Kingdom

Region code

UKC14 - Durham CC

Companies House

Companies House

Internet address(es)

Main address

www.nwl.co.uk

one.3) Communication

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

www.ariba.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.ariba.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Quality Monitoring (River Pledge 4)

Reference number

FA07-16

two.1.2) Main CPV code

  • 71700000 - Monitoring and control services

two.1.3) Type of contract

Services

two.1.4) Short description

Modelling / assessment of our current Storm Overflows has established a quantity of 22 high priority locations within the Northumbrian Water Limited (NWL) operating region which also includes two main cluster locations (urban and rural) with a current estimate of circa 27 actual monitoring solution deployments considering clustering opportunities. NWL require the provision of a turn-key service to provide SONDE measuring devices, deployment, installation, monitoring, calibration and data collection at these locations.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50433000 - Calibration services
  • 51210000 - Installation services of measuring equipment
  • 71631440 - Flow-monitoring services
  • 72313000 - Data capture services
  • 72314000 - Data collection and collation services
  • 90733700 - Groundwater pollution monitoring or control services

two.2.3) Place of performance

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

Northumbrian Water operating region

two.2.4) Description of the procurement

Northumbrian Water have committed to implement Water Quality monitoring at our highest priority Storm Overflow locations by 2025 to deliver River Pledge 4 contributing zero pollutions from our assets and operations.

Delivery of this non statutory River Pledge will consider the Environment Act 2021 section 82 duties for River Water Quality monitoring - an obligation that must be fulfilled by 2035 through PR24 and PR29 WINEP (Water Industry National Environment Programme). Based upon its current guidance NWL are seeking deployment of either a suitcase or kiosk monitoring solution being located up and down stream of our prioritized Storm Overflows.

Knowledge and experience gained through the delivery of River Pledge 4 will strategically inform the business on Defra guidance regarding the WINEP River Water Quality Monitoring delivery programme throughout AMP8 and AMP9 periods.

Modelling / assessment of our current Storm Overflows has established a quantity of 22 high priority locations within the Northumbrian Water Limited (NWL) operating region which also includes two main cluster locations (urban and rural) with a current estimate of circa 27 actual monitoring solution deployments considering clustering opportunities. NWL require the provision of a turn-key service to provide SONDE measuring devices, deployment, installation, monitoring, calibration and data collection at these locations.

Scope of services to be procured are as follows but not limited to:

Water Quality Monitoring Solution options:

The primary deployment solution will be based upon a SONDE measuring those determinants outlined within the current WINEP WQ (Water Quality) Monitoring obligation. The SONDEs must be able to meet the key criteria outlined in current published guidance.

Deployment options:

o Suitcase - This option could be powered by solar and or battery and is implemented when there is no direct/easy access to fixed generation.

o Kiosk - A fixed option that will be fitted in a cabinet style and can be powered using a power source from a NWL owned asset, solar option and or fuel cell. This is the preferred option for locations with access to fixed generation.

The framework value is envisaged to be between £600,000 - £1,000,000

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: £1,000,000

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

Duration in months

32

This contract is subject to renewal

Yes

Description of renewals

The contract may be renewed subject to the solution identified to replace Storm Overflows according to the WINEP WQ Monitoring obligation deployment

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The project is set to start in Q4 2023, it is anticipated that its duration will be in the region of a 3-year scheme until such time as the identified Storm Overflows are replaced by the WINEP WQ Monitoring obligation deployment. Frameworks will be awarded for a duration of an initial term of three years with the option to extend by up to an additional five years.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue


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 NWL's e-tendering platform 'Ariba' once you the candidate has gained 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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: Yes

four.2) Administrative information

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

Date

14 July 2023

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 August 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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

No work is guaranteed under this framework. All figures provided above are based on the initial three year term duration and are estimates and should not be relied upon. We reserve the right to award all part or none of the framework.

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, "Ariba".

Expressions of interest must be sent to the e-mail address lauren.briggs@nwl.co.uk before the deadline date of Friday 14th July 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 of the 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 Friday 21st July 2023 at 13:15.

When sending expression of interests, 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 and PQQ - Name, job title, email address and telephone number (If you have an existing Ariba account which is already linked to Northumbrian Water, please provide this username and email address)

six.4) Procedures for review

six.4.1) Review body

TBC

TBC

Country

United Kingdom