Section one: Contracting entity
one.1) Name and addresses
NORTHUMBRIAN WATER GROUP LIMITED
Northumbria House,Abbey Road, Pity Me
DURHAM
DH15FJ
Contact
Lily Craw
Telephone
+44 7596316769
Country
United Kingdom
NUTS code
UKC - North East (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
Tees Pipeline - Cross Country Water Main Construction
Reference number
FA07-06
two.1.2) Main CPV code
- 45231300 - Construction work for water and sewage pipelines
two.1.3) Type of contract
Works
two.1.4) Short description
Northumbrian Water Limited are looking to appoint a contractor to design and construct a new water pipeline. The existing water pipelines between Lartington Water Treatment Works (WTW) and Long Newton Service Reservoir (SR) require replacing due to them approaching the end of their operational life.
The Treated water conveyance system is approximately 54km long and is proposed to be built in two phases.
Phase 1 (to be built under this contract) shall transfer up to 84MLD water from the existing water treatment plant at Lartington to Whorley Service Reservoir and up to 55MLD from the Inlet of Whorley Service Reservoir to Shildon Service Reservoir. Part of the route from Whorley to Shildon is dualled with two 800mm diameter pipes to be laid in the same trench.
There is also the option to include the pumping station (circa £3m) at Shildon Service Reservoir in the scope of this Phase 1 contract and this will be subject to agreement on requirement, cost and programme being acceptable to the Employer. Phase 1 is to be in service by 31st March 2025.
Estimated Value of Phase 1 (not including Shildon Pumping Station) - £62m
In addition Subject to clause 50(1)(f) of the Utilities Contract Regulations it is the intention that NWG will direct award Phase 2 of this project to the successful tenderer for Phase 1, due to it being an extension of the original work and consist of similar work activity. Phase 2 is of similar size and is planned to start in April 2025 and is required to convey up to 84MLD from Gainford to Long Newton Service Reservoir. Phase 2 requires completion by December 2028.
The estimated value of Phase 2 is £40m.
Any award of phase 2 would be subject to the satisfactory performance of the successful tenderer for Phase 1 and the ability to agree the price and programme for Phase 2. NWL would retain sole discretion on whether Phase 2 would be directly awarded to the successful tenderer or an alternative procurement was carried out.
The Phase 1 and 2 works will require a number of strategic river, rail and road crossings, strategic connections and a number of abandonments.
NWL reserve the right to award either all or part of each phase of the proposed contracts subject to budget constraints. NWL expects any shortlisted contractors to engage in value engineering with NWL to ensure maximum value can be delivered for the available budget.
NWL are looking to appoint a contractor to work collaboratively in line with NWG's vision and values while driving innovation and efficiency throughout the lifecycle of this project.
two.1.5) Estimated total value
Value excluding VAT: £105,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45232100 - Ancillary works for water pipelines
two.2.3) Place of performance
NUTS codes
- UKC1 - Tees Valley and Durham
two.2.4) Description of the procurement
- NWL are seeking to appoint a contractor to carry out the design and construction of a cross country water pipeline as detailed in the brief description.
- The procurement process will consist of a pre-qualification process to shortlist a maximum of five applicants to receive the tender documents (fifth placed tenderer to be shortlisted subject to being within five percentage points of the fourth place applicant). The tender phase will consist of a one stage tender period consisting of a four month tender period. The award will be based on the most economically advantageous offer consisting of both quality and cost elements.
- Subject to clause 50(1)(f) of the Utilities Contract Regulations it is the intention that NWG will direct award Phase 2 of this project to the successful tenderer for Phase 1 due to it being an extension of the original work and consist of similar work activity. Any award of phase 2 would be subject to the satisfactory performance of the successful tenderer for Phase 1 and the ability to agree the price and programme for Phase 2. NWL would retain sole discretion on whether Phase 2 would be directly awarded to the successful tenderer or an alternative procurement was carried out.
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: £62,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 March 2025
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Prequalification criteria will be included in Ariba once applicants express an interest.
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 any contract will be subject to the contractor's programme, taking into account any constraints provided by the employer.
The initial award is for Phase 1 (estimated value £62m), however, subject to clause 50(1)(f) of the Utilities Contract Regulations it is the intention that NWG will direct award Phase 2 of this project to the successful tenderer for Phase 1 due to it being an extension of the original work and consist of similar work activity. Any award of phase 2 would be subject to the satisfactory performance of the successful tenderer for Phase 1 and the ability to agree the price and programme for Phase 2. NWL would retain sole discretion on whether Phase 2 would be directly awarded to the successful tenderer or an alternative procurement was carried out.
In addition Shildon Pumping station may be added to the scope of Phase 1 once fully scoped (value circa £3m).
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.1.8) 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
27 August 2021
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 October 2021
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 e-Sourcing 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 27/08/2021 at 2pm. 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 03/09/2021 at 2pm.
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