- Scope of the procurement
- Lot FA08-01A. Infrastructure (North East)
- Lot FA08-01B. Treatment (North East)
- Lot FA08-01C. Treatment (Essex & Suffolk)
- Lot FA08-02A1. Infrastructure Civil Engineering (North East) - £0-£2.5m
- Lot FA08-02A2. Infrastructure Civil Engineering (North East) - £0-£5m
- Lot FA08-02B1. Treatment and Civils (North East) - £0-£2.5m
- Lot FA08-02B2. Treatment and Civils (North East) - £0-£5m
- Lot FA08-02C1. Treatment and Civils (Essex & Suffolk) - £0-£2.5m
- Lot FA08-02C2. Treatment and Civils (Essex & Suffolk) - £0-£5m
- Lot FA08-02D. Demolition and Associated Services (North East)
- Lot FA08-02E. Demolition and Associated Services (Essex & Suffolk)
- Lot FA08-02F. Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)
- Lot FA08-02G. Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)
- Lot FA08-02H. Civil and Environmental Engineering (North East & Essex & Suffolk)
Section one: Contracting entity
one.1) Name and addresses
NORTHUMBRIAN WATER GROUP LIMITED
Northumbria House,Abbey Road, Pity Me
DURHAM
DH15FJ
Country
United Kingdom
Region code
UKC14 - Durham CC
Companies House
2366703
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
Capital Delivery Construction and Engineering Frameworks
Reference number
FA08
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Delivering Northumbrian Water Limited's (NWL) AMP8 programme, and beyond, will require a step change in how we collaborate, manage risk and co-ordinate our capital investment. We have developed a clear vision and process for how we want to deliver our plan and our ambitious transformation programme to implement this roadmap has already commenced with the award of framework agreements for professional services contracts. These lay the foundations for our new supply chain landscape or 'Living Water Ecosystem'. We are now seeking applicants to join this ecosystem as either Enterprise Design & Construction Partners or Wider Ecosystem Partners.
Our new delivery model contains two primary delivery routes which differentiate our approach dependent on the size, complexity and technical input required. This allows us to apply our core principles in a way that best suits the work type and creates best overall value.
Short Cycle Work:
NWL's Integrated Delivery Services (IDS) team delivers lean and agile short cycle capital investment works on our water and wastewater assets, as well as delivering infrastructure services for our developer customers.
Long Cycle Work:
The majority of NWL's complex long cycle programmes will be delivered by the Living Water Enterprise (LWE). It's a fully integrated, highly collaborative delivery vehicle which works seamlessly to achieve the best overall business outcomes.
The LWE will:
• Think and act as a single entity, focused on outcomes and mutual goals;
• Incentivise performance to make sure collective success is the priority, not financial returns for any individual party;
• Embed TOTEX principles across the LWE from the outset;
• Place Delivery Optimisation as one of its key priorities and will consider this at a programme level to so that we operate a best athlete principle rather than rigid supplier boundaries.
To support the delivery of both short and long-cycle activity, NWL are looking to appoint a number of suppliers to the following lots:
Living Water Enterprise Lots FA08-01
- Lot A - Infrastructure (North East)
- Lot B - Treatment (North East)
- Lot C - Treatment (Essex & Suffolk)
Wider Ecosystem Lots FA08-02
- Lot A - Infrastructure Civil Engineering (North East)
o Sub lot 1 - £0-£2.5m
o Sub lot 2 - £0-£5m
- Lot B - Treatment and Civils (North East)
o Sub lot 1 - £0-£2.5m
o Sub lot 2 - £0-£5m
- Lot C - Treatment and Civils (Essex & Suffolk)
o Sub lot 1 - £0-£2.5m
o Sub lot 2 - £0-£5m
- Lot D - Demolition and Associated Services (North East)
- Lot E - Demolition and Associated Services (Essex & Suffolk)
- Lot F - Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)
- Lot G - Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)
- Lot H - Civil and Environmental Engineering (North East and Essex & Suffolk)
Living Water Ecosystem Principles:
To deal with the scale of our upcoming programme, our delivery model is designed to be as flexible as possible, suppliers appointed to one lot may be invited to support a wider aspect of the programme. We also recognise the need to create new capacity in the water industry and support market entrants, with this in mind we have created a specific lot for suppliers without pre-existing water industry experience.
Across all framework lots, we are seeking partners who are aligned with our culture and values with an appetite to play a substantive role in what we think is an exciting and innovative delivery model.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
To create a diverse supply chain ecosystem containing suppliers of all sizes, we have set-up the following rules:
Business Entities bidding for any of the 3 Living Water Enterprise (LWE) lots (FA08-01) are unable to also bid for the Wider Ecosystem lots (FA08-02) - i.e an entity with the same company registration number cannot bid on both lot types.
Enterprise Lots (FA08-01) - Business Entities may bid for all/any Enterprise lots at PQQ. If submitting a PQQ response for more than one lot, you must indicate your preference in Ariba. If you were successfully shortlisted in both Lot A and Lot B (North East), NWL reserve the right to shortlist you in one lot only taking into consideration your preference and wider requirements of the LWE.
Wider Ecosystem Lots (FA08-02) - Bidding Entities interested in the Wider Ecosystem lots may bid for as many lots as they wish. However, you cannot apply for 2 value ranges (sub-lots) within the same Lot.
two.2) Description
two.2.1) Title
Infrastructure (North East)
Lot No
FA08-01A
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232100 - Ancillary works for water pipelines
- 45232130 - Storm-water piping construction work
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45232400 - Sewer construction work
- 45232410 - Sewerage work
- 45232411 - Foul-water piping construction work
- 45232420 - Sewage work
- 45232424 - Sewage outfall construction work
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Enterprise Lot A - Infrastructure (North East):
The Client is looking to appoint Enterprise design & construct (D&C) Contractors in the Northumbrian Water operating area to deliver infrastructure projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water Living Water Enterprise, working alongside other strategic partners to act as a single entity focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Enterprise D&C partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the region.
The scope of work will include design, construction and commissioning of new water and wastewater infrastructure assets, asset renewals, asset modifications and refurbishments.
It will involve programmes of investigation and delivery work by asset, work type, geography and / or by specialism. These programmes will involve mainly infrastructure works; and can be district to regional wide; multiple small to medium scale, MEICA and civil interventions; small groups of medium sized and / or medium complex projects and or an individual complex larger project. There will be throughout the duration of the Framework Agreement small, medium or large urgent or emerging issues of a more business critical nature which may need to be investigated and then delivered on an individual basis. The Enterprise D&C partner will perform a pivotal role in delivering Northumbrian Water's commitments under the Water Industry Environmental Programme (WINEP).
WINEP is a national programme for all the water only and water and wastewater companies. Work scope will include investigations, monitoring, options appraisals and projects to drive improvements and prevent deterioration and protect the water environment.
Scope of this framework may include and is not limited to:
Storm Overflow spill reductions to comply with new legislative requirements as translated into the government's storm overflow discharge reduction plan and Environment Agency WINEP guidance. The Clients PR24 plan is to improve priority overflows to meet 'harm' and public health targets. The scope will include but not be limited to the design and installation of singular & multiple solutions for:
• Surface water separation;
• Upsizing of combined sewers;
• Off-line and on-line underground tank solutions;
• Design and installation of nature-based solutions;
• Rainwise solutions working with the community, e.g., SUDS for schools, enhancing 'blue/ green' spaces;
• Installation of screening controls;
• Smart Network controls with multiple solution types.
Within the Clients PR24 Plan there is a requirement for monitoring programmes, the scope for this will include the design and installation of monitors on the permitted emergency overflows on the sewage network pumping stations.
Northumbria Integrated Drainage Partnership (NIDP) is a partnership approach to strategic drainage area planning in the Northeast. Candidate lists of projects are selected for the delivery of jointly funded studies that are agreed on an annual basis. Currently a 10-year programme is at mid-point. The scope will include delivery of design and construction of the projects selected and the Client's funding is based on benefits gained. Primary drivers for the outcomes are solutions to repeat sewer flooding, internal and external flooding incidents. There will be opportunities in NIDP for storm overflow spill reductions.
Other areas of scope may include but not be limited to:
• Flood alleviation and pollution remediation projects.
• Strategic water mains diversions
• Potable water service reservoir renewals and replacements programme
• Reservoir act compliance for Impounding reservoirs
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: £2,500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).
The anticipated value is £125m-£210m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint three contractors and one reserve (subject to a fully compliant and agreed bid) to this framework lot.
two.2) Description
two.2.1) Title
Treatment (North East)
Lot No
FA08-01B
two.2.2) Additional CPV code(s)
- 45232152 - Pumping station construction work
- 45232420 - Sewage work
- 45232421 - Sewage treatment works
- 45232422 - Sludge-treatment works
- 45232423 - Sewage pumping stations construction work
- 45232424 - Sewage outfall construction work
- 45232430 - Water-treatment work
- 45232431 - Wastewater pumping station
- 45252100 - Sewage-treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252127 - Wastewater treatment plant construction work
- 45252140 - Sludge-dewatering plant construction work
- 45259100 - Wastewater-plant repair and maintenance work
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Enterprise Lot B - Treatment (North East)
The Client is looking to appoint Enterprise D&C Contractors in the Northumbrian Water Operating area to deliver infrastructure and treatment projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water Living Water Enterprise, working alongside other strategic partners to act as a single entity focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Enterprise D&C partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the region.
The scope of work will include design, construction and commissioning of new water and wastewater treatment assets, asset renewals, asset modifications, refurbishments and extensions to treatment works.
It will involve programmes of investigation and delivery work by asset, work type, geography and / or by specialism. These programmes will involve mainly non-infrastructure works; and can be district to regional wide; multiple small to medium scale, MEICA and civil interventions; small groups of medium sized and / or medium complex projects and or an individual complex larger project. Throughout the duration of the Framework Agreement there will be small, medium or large urgent or emerging issues of a more business critical nature which may need to be investigated and then delivered on an individual basis. The Enterprise D&C partner will perform a pivotal role in delivering Northumbrian Water's commitments under the Water Industry National Environment Programme (WINEP), Water Resource Management Plan and Drainage and Wastewater Management Plan, and selected large scale enhancement schemes to secure water supply to customers and protect and enhance the environment. This will include but will not be limited to:
• River Water Quality Monitoring
• Bioresources
• Water Framework Directive
• Catchment Offsetting (Outfall and nature-based solutions)
• Sludge
• STW and WTW Refurbishments
• Drainage Wastewater Management Plans (Dry Weather Flows)
• Septic Tanks
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: £2,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).
The anticipated value is £100m-£165m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint three contractors and one reserve (subject to a fully compliant and agreed bid) to this framework lot.
two.2) Description
two.2.1) Title
Treatment (Essex & Suffolk)
Lot No
FA08-01C
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232100 - Ancillary works for water pipelines
- 45232130 - Storm-water piping construction work
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232430 - Water-treatment work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH3 - Essex
Main site or place of performance
Essex & Suffolk Water Operating Area in the South-East of England
two.2.4) Description of the procurement
Enterprise Lot C - Treatment (Essex & Suffolk)
The Client is looking to appoint an Enterprise D&C Contractor in the Essex & Suffolk operating areas to deliver infrastructure and treatment projects across its capital investment programme. The Contractor will become a partner as part of the Northumbrian Water Living Water Enterprise, working alongside other strategic partners to act as a single entity focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Enterprise D&C partner will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the two operating regions.
The scope of work will include the design, construction and commissioning of new water treatment assets, asset renewals, asset modifications, refurbishments and extensions to treatment works and the installation of strategic mains. The split of this work will predominantly be non-infrastructure although the Client is looking to engage a partner with the capability to complete infrastructure and treatment work types.
It will involve programmes of investigation and delivery work by asset, work type, geography and / or by specialism. These programmes will involve mainly non-infrastructure works; and can be district to regional wide; multiple small to medium scale, MEICA and civil interventions; small groups of medium sized and / or medium complex projects and or an individual complex larger project. Throughout the duration of the Framework Agreement there will be small, medium or large urgent or emerging issues of a more business critical nature which may need to be investigated and then delivered on an individual basis. The Enterprise D&C partner will perform a pivotal role in delivering Northumbrian Water's commitments under the Water Resource Management Plan. Selected large scale enhancement schemes to secure water supply to customers and protect and enhance the environment include, but are not limited to:
• Water Resource Management Plan Interventions
• Ground Water Installations
• WTW Refurbishments
• Strategic Main installations
• Enhancement Schemes
• Reservoir and storage tank construction
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: £1,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).
The anticipated value is £41m-£85m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint one contractor and one reserve (subject to a fully compliant and agreed bid) to this framework lot.
two.2) Description
two.2.1) Title
Infrastructure Civil Engineering (North East) - £0-£2.5m
Lot No
FA08-02A1
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232100 - Ancillary works for water pipelines
- 45232130 - Storm-water piping construction work
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232400 - Sewer construction work
- 45232410 - Sewerage work
- 45232411 - Foul-water piping construction work
- 45232424 - Sewage outfall construction work
- 45232440 - Construction work for sewage pipes
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot A 1 - Infrastructure Civil Engineering (North East) - £0-£2.5m
The Client is looking to appoint several infrastructure civil construction Contractors in the Northumbrian Operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Services (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Contractors will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region
The Scope of work will include construction and commissioning of new water and wastewater infrastructure assets, asset renewals, asset modifications and refurbishments.
The Scope will involve programmes of work by asset, work type, geography and / or by specialism. These programmes will be for predominantly infrastructure works with some treatment works; and can be district to regional wide; multiple small to medium scale, civil interventions; small groups of medium sized and / or medium complex projects. Throughout the duration of the Framework Agreement there will be small, medium or emerging issues of a more business critical nature which may need to be delivered on an individual basis.
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our integrated delivery services. To aid this, the works for this Framework are intended to be split into two Sub-lots; from £0m to £2.5m (Sub-lot 1) & £0m to £5.0m (Sub-lot 2) as indicated below. The Contractors will only be able to bid for either Sub-lot 1 or Sub-lot 2 but cannot bid for both. This would not preclude the Contractor from having the opportunity to be involved in the wider scope of works for either Sub-lot should the needs of the Client demand this and the capabilities of the Contractor meet/develop through the course of the Framework Agreement.
Sub-lot 1: £0m to £2.5m:
It is important that the Contractor indicates in their PQQ response where they think they can add value to the non-exhaustive list of examples below. It is expected that Contractors interested in this lot of works may not be able to provide all services described but will be clearly able to indicate and demonstrate capability for those that are applicable to their business. For clarity Contractors in this lot will have the option to agree with the Client the project values and complexity appropriate for their business.
The Scope could include but is not limited to:
• Storm Overflow spill reductions to comply with new legislative requirements as translated into the government's storm overflow discharge reduction plan and Environment Agency Water industry national environment programme (WINEP) guidance. Our PR24 plan is to improve priority overflows to meet 'harm' and public health targets. The scope will include but not limited to the installation of singular & multiple solutions:
• Surface water separation;
• upsizing of combined sewers;
• Trenchless pipework installation;
• off-line and on-line underground tank solutions;
• installation of nature-based solutions;
• Installation of screening controls;
• Construction and reconstruction of screened storm overflows and associated hydraulic control;
• Decommissioning and abandonment of the existing network assets;
• Independent from Storm overflows, the scope includes named flood alleviation and pollution remediation projects.
• sewer rehabilitation programme, in the context of trenchless technology. CCTV investigations, cleansing, root-cutting, repairing, replacing or upgrading existing sewer pipes such as pipe bursting, pipe relining and patching/sealing technologies. Scope specifically for sewer Grade 4 & 5 sewer rehabilitation repairs.
• programme of inspection of our sea outfall structures and minor repairs. Major repairs identified will be delivered in the scope through named projects.
• minor works and full refurbishment projects at our network water/sewage pumping stations. Scope will include a programme of work on network sewage pumping station rising mains for maintenance, repair and replacements. Scope to include Operational Technology programme for replacement of obsolete telemetry outstations and associated equipment.
• New Development (ND) and New Road and Street Works Act (1991) requests for enabling projects on our sewer assets. Projects identified will require installation of assets for diversions or protection.
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: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £20m-£40m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint four contractors to this framework lot.
two.2) Description
two.2.1) Title
Infrastructure Civil Engineering (North East) - £0-£5m
Lot No
FA08-02A2
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232100 - Ancillary works for water pipelines
- 45232130 - Storm-water piping construction work
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232400 - Sewer construction work
- 45232410 - Sewerage work
- 45232411 - Foul-water piping construction work
- 45232440 - Construction work for sewage pipes
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot 1B - Infrastructure Civil Engineering (North East) - £0-£5m
The Client is looking to appoint several infrastructure civil construction Contractors in the Northumbrian Operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Services (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Contractors will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region
The Scope of work will include construction and commissioning of new water and wastewater infrastructure assets, asset renewals, asset modifications and refurbishments.
The Scope will involve programmes of work by asset, work type, geography and / or by specialism. These programmes will be for predominantly infrastructure works with some treatment works; and can be district to regional wide; multiple small to medium scale, civil interventions; small groups of medium sized and / or medium complex projects. Throughout the duration of the Framework Agreement there will be small, medium or emerging issues of a more business critical nature which may need to be delivered on an individual basis.
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our integrated delivery services. To aid this, the works for this Framework are intended to be split into two Sub-lots; from £0m to £2.5m (Sub-lot 1) & £0m to £5.0m (Sub-lot 2) as indicated below. The Contractors will only be able to bid for either Sub-lot 1 or Sub-lot 2 but cannot bid for both. This would not preclude the Contractor from having the opportunity to be involved in the wider scope of works for either Sub-lot should the needs of the Client demand this and the capabilities of the Contractor meet/develop through the course of the Framework Agreement.
The Contractors that bid for Sub-lot 2 will be expected to show capability to extend beyond simple civils works, and would be expected to be able to comply with the majority, if not all of the non-exhaustive list below. Whilst it is envisaged that the bulk of works will be civils based there is an expectation and requirement from the Client that the Contractor has experience with telemetry and MEICA (Mechanical, Electrical, Instrumentation, Control and Automation).
The Scope could include but is not limited to:
• Storm Overflow spill reductions to comply with new legislative requirements as translated into the government's storm overflow discharge reduction plan and Environment Agency Water industry national environment programme (WINEP) guidance. Our PR24 plan is to improve priority overflows to meet 'harm' and public health targets. The scope will include but not limited to the installation of singular & multiple solutions:
• Surface water separation;
• upsizing of combined sewers;
• Trenchless pipework installation;
• off-line and on-line underground tank solutions;
• installation of nature-based solutions;
• Installation of screening controls;
• Construction and reconstruction of screened storm overflows and associated hydraulic control;
• Decommissioning and abandonment of the existing network assets;
• Independent from Storm overflows, the scope includes named flood alleviation and pollution remediation projects.
• sewer rehabilitation programme, in the context of trenchless technology. CCTV investigations, cleansing, root-cutting, repairing, replacing or upgrading existing sewer pipes such as pipe bursting, pipe relining and patching/sealing technologies. Scope specifically for sewer Grade 4 & 5 sewer rehabilitation repairs.
• Property Level Flood Protection (PLFP) measures on domestic and commercial properties. This covers a range of interventions from installation of Non return valves (NRV), flood doors and self-closing air brick covers to landscape re-profiling. All works involve a high level of customer engagement. The scope includes delivery of all aspects of PLFP.
• programme of inspection of our sea outfall structures and minor repairs. Major repairs identified will be delivered in the scope through named projects.
• minor works and full refurbishment projects at our network water/sewage pumping stations. Scope will include a programme of work on network sewage pumping station rising mains for maintenance, repair and replacements. Scope to include Operational Technology programme for replacement of obsolete telemetry outstations and associated equipment.
• New Development (ND) and New Road and Street Works Act (1991) requests for enabling projects on our sewer assets. Projects identified will require installation of assets for diversions or protection.
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: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £20m-£40m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint four contractors to this framework lot.
two.2) Description
two.2.1) Title
Treatment and Civils (North East) - £0-£2.5m
Lot No
FA08-02B1
two.2.2) Additional CPV code(s)
- 45232152 - Pumping station construction work
- 45232420 - Sewage work
- 45232421 - Sewage treatment works
- 45232422 - Sludge-treatment works
- 45232423 - Sewage pumping stations construction work
- 45232424 - Sewage outfall construction work
- 45232430 - Water-treatment work
- 45232431 - Wastewater pumping station
- 45252100 - Sewage-treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252127 - Wastewater treatment plant construction work
- 45252140 - Sludge-dewatering plant construction work
- 45259100 - Wastewater-plant repair and maintenance work
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot B1 - Treatment and Civils (North East) - £0-£2.5m
The Client is looking to appoint several treatment civil construction Contractors in the Northumbrian operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Service (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Contractors will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region
The scope will involve programmes of work by asset, work type, geography and / or by specialism. These programmes will be for predominantly treatment works with some infrastructure works; and can be district to regional wide; multiple small to medium scale, civil interventions; small groups of medium sized and / or medium complex projects. Throughout the duration of the Framework Agreement there will be small, medium or emerging issues of a more business critical nature which may need to be delivered on an individual basis.
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our integrated delivery services. To aid this, the works for this Framework are intended to be split into two Sub-lots; from £0m to £2.5m (Sub-lot 1) & £0m to £5.0m (Sub-lot 2) as indicated below. The Contractors will only be able to bid for either Sub-lot 1 or Sub-lot 2 but cannot bid for both. This would not preclude the Contractor from having the opportunity to be involved in the wider scope of works for either Sub-lot should the needs of the Client demand this and the capabilities of the Contractor meet/develop through the course of the Framework Agreement.
Sub-lot 1: General Civils £0m to £2.5m
It is important that the Contractor indicates in their PQQ response where they think they can add value to the non-exhaustive list of examples below. It is expected that Contractors interested in this lot may not be able to provide all services described but will be clearly able to indicate and demonstrate capability for those that are applicable to their business. For clarity Contractors in this lot will have the option to agree with the Client the project values and complexity appropriate to their business.
The Scope may include but is not limited to:
• General civils, including;
• Hard standings
• Reinforced concrete structures
• Duct work, draw pits
• Retaining structures
• Hard and soft landscaping
• Embankments works and Bunds
• Road refurbishments (Not new)
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: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £20m-£40m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint four contractors to this framework lot.
two.2) Description
two.2.1) Title
Treatment and Civils (North East) - £0-£5m
Lot No
FA08-02B2
two.2.2) Additional CPV code(s)
- 45232152 - Pumping station construction work
- 45232420 - Sewage work
- 45232421 - Sewage treatment works
- 45232422 - Sludge-treatment works
- 45232423 - Sewage pumping stations construction work
- 45232424 - Sewage outfall construction work
- 45232430 - Water-treatment work
- 45232431 - Wastewater pumping station
- 45252100 - Sewage-treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252127 - Wastewater treatment plant construction work
- 45252140 - Sludge-dewatering plant construction work
- 45259100 - Wastewater-plant repair and maintenance work
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot B2 - Treatment and Civils (North East) - £0-£5m
The Client is looking to appoint several treatment civil construction Contractors in the Northumbrian operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Service (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Contractors will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region
The scope will involve programmes of work by asset, work type, geography and / or by specialism. These programmes will be for predominantly treatment works with some infrastructure works; and can be district to regional wide; multiple small to medium scale, civil interventions; small groups of medium sized and / or medium complex projects. Throughout the duration of the Framework Agreement there will be small, medium or emerging issues of a more business critical nature which may need to be delivered on an individual basis.
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our integrated delivery services. To aid this, the works for this Framework are intended to be split into two Sub-lots; from £0m to £2.5m (Sub-lot 1) & £0m to £5.0m (Sub-lot 2) as indicated below. The Contractors will only be able to bid for either Sub-lot 1 or Sub-lot 2 but cannot bid for both. This would not preclude the Contractor from having the opportunity to be involved in the wider scope of works for either Sub-lot should the needs of the Client demand this and the capabilities of the Contractor meet/develop through the course of the Framework Agreement.
Sub-lot 2: Minor Treatment and Civils £0m to £5.0m
The Scope may include but is not limited to;
• Part Water and Wastewater Treatment Works and associated pipework;
• Borehole development;
• Water and wastewater network pumping stations and associated pipework;
• Strategic meters and network monitors and associated pipework;
• Raw water pumping stations, treated water pumping stations and associated
• pipework;
• Impounding and service reservoirs as well as aqueduct and river structures;
• Chemical, instrumentation and control systems;
• Security systems requirements;
• Other Regulatory works with MEICA and Civil requirements.
• General civils (eg. Plinths and hardstanding, bunds, reinforced concrete structures)
The Contractors that bid for sub-lot 2 will be expected to show capability to include low complexity design. The Contractor would be expected to be able to comply with the majority, if not all, of the non-exhaustive list above. Whilst it is envisaged that the bulk of works will be civils based there is an expectation and requirement from the Client that the Contractor has experience with telemetry and MEICA (Mechanical, Electrical, Instrumentation, Control and Automation).
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: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £20m-£40m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint four contractors to this framework lot.
two.2) Description
two.2.1) Title
Treatment and Civils (Essex & Suffolk) - £0-£2.5m
Lot No
FA08-02C1
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232100 - Ancillary works for water pipelines
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232430 - Water-treatment work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH3 - Essex
Main site or place of performance
Essex & Suffolk Water Operating Area in the South East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot C1 - Treatment and Civils (Essex & Suffolk) - £0-£2.5m
The Client is looking to appoint several treatment civil construction partners in the Essex and Suffolk operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Service (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Contractors will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region
The scope will involve programmes of work by asset, work type, geography and / or by specialism. These programmes will be for predominantly treatment works with some infrastructure works; and can be district to regional wide; multiple small to medium scale, civil interventions; small groups of medium sized and / or medium complex projects. Throughout the duration of the Framework Agreement there will be small, medium or emerging issues of a more business critical nature which may need to be delivered on an individual basis.
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our integrated delivery services. To aid this, the works for this Framework are intended to be split into two Sub-lots; from £0m to £2.5m (Sub-lot 1) & £0m to £5.0m (Sub-lot 2) as indicated below. The Contractors will only be able to bid for either Sub-lot 1 or Sub-lot 2 but cannot bid for both. This would not preclude the Contractor from having the opportunity to be involved in the wider scope of works for either Sub-lot should the needs of the Client demand this and the capabilities of the contractor meet/develop through the course of the Framework Agreement.
Sub-lot 1: General Civils £0m to £2.5m
It is important that the Contractor indicates in their PQQ response where they think they can add value to the non-exhaustive list of examples below. It is expected that Contractors interested in this lot may not be able to provide all services described but will be clearly able to indicated and demonstrate capability for those that are applicable. For clarity contractors in this lot will have the option to agree with the client the project values and complexity appropriate for their business.
The Scope may include but is not limited to:
• General civils including
• Hard standings
• Reinforced concrete structures
• Duct work, draw pits
• Retaining structures
• Hard and soft landscaping
• Embankments works and Bunds
• Road refurbishments (Not new)
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: £180,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £7.5m-£15m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint three contractors to this framework lot.
two.2) Description
two.2.1) Title
Treatment and Civils (Essex & Suffolk) - £0-£5m
Lot No
FA08-02C2
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232100 - Ancillary works for water pipelines
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232430 - Water-treatment work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 65100000 - Water distribution and related services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH3 - Essex
Main site or place of performance
Essex & Suffolk Water Operating Area in the South East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot C2 - Treatment and Civils (Essex & Suffolk) - £0-£5m
The Client is looking to appoint several treatment civil construction partners in the Essex and Suffolk operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Service (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Contractors will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region
The scope will involve programmes of work by asset, work type, geography and / or by specialism. These programmes will be for predominantly treatment works with some infrastructure works; and can be district to regional wide; multiple small to medium scale, civil interventions; small groups of medium sized and / or medium complex projects. Throughout the duration of the Framework Agreement there will be small, medium or emerging issues of a more business critical nature which may need to be delivered on an individual basis.
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our integrated delivery services. To aid this, the works for this Framework are intended to be split into two Sub-lots; from £0m to £2.5m (Sub-lot 1) & £0m to £5.0m (Sub-lot 2) as indicated below. The Contractors will only be able to bid for either Sub-lot 1 or Sub-lot 2 but cannot bid for both. This would not preclude the Contractor from having the opportunity to be involved in the wider scope of works for either Sub-lot should the needs of the Client demand this and the capabilities of the contractor meet/develop through the course of the Framework Agreement
Sub-lot 2: Minor Treatment and Civils £0m to £5.0m
The work may include but is not limited to the following:
• Part site Water Treatment Works refurbishments and associated pipework renewals.
• Borehole development;
• Water network pumping stations and associated pipework;
• Strategic meters and network monitors and associated pipework;
• Raw water pumping stations, treated water pumping stations and associated
• pipework;
• Impounding and service reservoirs as well as aqueduct and river structures;
• Chemical, instrumentation and control systems;
• Security systems requirements;
• Other Regulatory works with MEICA and Civil requirements.
• General civils (eg. Plinths and hardstanding, bunds, reinforced concrete structures)
The Contractors that bid for sub-lot 2 will be expected to show capability to include low complexity design. The Contractor would be expected to be able to comply with the majority/ if not all of the non-exhaustive list above. Whilst it is envisaged that the bulk of works will be civils based there is an expectation and requirement from the Client that the Contractor has experience with telemetry and MEICA (Mechanical, Electrical, Instrumentation, Control and Automation).
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: £180,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £7.5m-£15m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint three contractors to this framework lot.
two.2) Description
two.2.1) Title
Demolition and Associated Services (North East)
Lot No
FA08-02D
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot D - Demolition and Associated Services (North East)
The Client is looking to appoint two Demolition Contractors in the Northumbrian operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Service (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region
The Scope of work will include demolition services relating to major and minor capital works for treatment and infrastructure projects. The scope of work will be determined over the life cycle of the AMPS, and this framework will be set up for the wider Ecosystem as the Clients needs develop.
It is important that the Contractor indicates in their PQQ response where they think they can add value to the non-exhaustive list of examples below. It is expected that contractors interested in this lot s may not be able to provide all services described but will be clearly able to indicated and demonstrate capability for those that are applicable. For clarity Contractors in this lot will have the option to agree with the Client the project values and complexity appropriate for their business.
The Scope may include but is not limited to:
• Deconstruction
• General Demolition
• Dismantling/ Asset Recovery - Redundant kit/plant
• Decommissioning
• Pipe bridges
• Earthwork remediation
• Contaminated land (Soil Decontamination)
• Ground Stabilisation
• Asbestos removal & disposal
• Recycling
• Tank and Vessel Cleaning
• Registered Disposal
• Materials Handling
• Waste Management & Segregation
• Hazardous Waste Disposal
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £0m-£2.5m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint two contractors to this framework lot.
two.2) Description
two.2.1) Title
Demolition and Associated Services (Essex & Suffolk)
Lot No
FA08-02E
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH3 - Essex
Main site or place of performance
Essex & Suffolk Water Operating Area in the South East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot E - Demolition and Associated Services (Essex & Suffolk)
The Client is looking to appoint several Demolition Contractors in the Essex and Suffolk operating area to deliver projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Service (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region.
The Scope of work will include demolition services relating to major and minor capital works for treatment and infrastructure projects. The scope of work will be determined over the life cycle of the AMPS, and this framework will be set up for the wider ecosystem as the Clients needs develop.
It is important that the Contractor indicates in their PQQ response where they think they can add value to the non-exhaustive list of examples below. It is expected that Contractors interested in this lot may not be able to provide all services described but will be clearly able to indicate and demonstrate capability for those that are applicable. For clarity Contractors in this lot will have the option to agree with the Client the project values and complexity appropriate for their business.
The Scope may include but is not limited to:
• Deconstruction
• General Demolition
• Dismantling/ Asset Recovery - Redundant kit/plant
• Decommissioning
• Pipe bridges
• Earthwork remediation
• Contaminated land (Soil Decontamination)
• Ground Stabilisation
• Asbestos removal & disposal
• Recycling
• Tank and Vessel Cleaning
• Registered Disposal
• Materials Handling
• Waste Management & Segregation
• Hazardous Waste Disposal
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £0m-£2.5m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint two contractors to this framework lot.
two.2) Description
two.2.1) Title
Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)
Lot No
FA08-02F
two.2.2) Additional CPV code(s)
- 45220000 - Engineering works and construction works
- 45231100 - General construction work for pipelines
- 45231110 - Pipelaying construction work
- 45231111 - Pipeline lifting and relaying
- 45231112 - Installation of pipe system
- 45231113 - Pipeline relaying works
- 45231300 - Construction work for water and sewage pipelines
- 45245000 - Dredging and pumping works for water treatment plant installations
- 45246000 - River regulation and flood control works
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Northumbrian Water Operating Area in the North East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot F - Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our Integrated Delivery Services (IDS) in the Northumbrian operating area. The purpose of this lot is to allow Contractors with relevant non-water sector experience to access the market. With this in mind it is expected that demonstration of delivery will show relevance to the water sector in terms of skills, scale, working within a regulated industry, and multi stakeholder environment.
This is a multi-disciplinary lot and the scope of this lot is wide ranging, covering both infrastructure (below ground) and non-infrastructure (above ground) projects. The successful Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise, and directly for Northumbrian Water's Integrated Delivery Services. The partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region.
The purpose of this framework is to provide an opportunity to those who have not worked in the water industry to be part of an Ecosystem which will provide support and mentoring in order to develop the understanding of the water industry and Northumbrian Water. Once onboarded the Client will work with the Contractor to find suitable schemes for delivery that match their skill set. Ultimately this will provide the water industry with additional capacity and provide the opportunity for suppliers to widen their sector experience.
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: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £0m-£25m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint five contractors to this framework lot.
two.2) Description
two.2.1) Title
Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)
Lot No
FA08-02G
two.2.2) Additional CPV code(s)
- 45220000 - Engineering works and construction works
- 45231100 - General construction work for pipelines
- 45231110 - Pipelaying construction work
- 45231111 - Pipeline lifting and relaying
- 45231112 - Installation of pipe system
- 45231113 - Pipeline relaying works
- 45231300 - Construction work for water and sewage pipelines
- 45245000 - Dredging and pumping works for water treatment plant installations
- 45246000 - River regulation and flood control works
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH3 - Essex
Main site or place of performance
Essex & Suffolk Water Operating Area in the South East of England
two.2.4) Description of the procurement
Wider Ecosystem Lot G - Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)
The Client's aim is to create a wide ranging and diverse eco-system of Contractors to compliment the Living Water Enterprise and its partners in addition to our Integrated Delivery Services (IDS) in the Essex and Suffolk operating area. The purpose of this lot is to allow Contractors with relevant non-water sector experience to access the market. With this in mind it is expected that demonstration of delivery will show relevance to the water sector in terms of skills, scale, working within a regulated industry, and multi stakeholder environment.
This is a multi-disciplinary lot and the scope of this lot is wide ranging, covering both infrastructure (below ground) and non-infrastructure (above ground) projects. The successful Contractors will become partners as part of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise, and directly for Northumbrian Water's Integrated Delivery Services. The partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the operating region.
The purpose of this framework is to provide an opportunity to those who have not worked in the water industry to be part of an Ecosystem which will provide support and mentoring in order to develop the understanding of the water industry and Northumbrian Water. Once onboarded the Client will work with the Contractor to find suitable schemes for delivery that match their skill set. Ultimately this will provide the water industry with additional capacity and provide the opportunity for suppliers to widen their sector experience.
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: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £0m-£16m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint five contractors to this framework lot.
two.2) Description
two.2.1) Title
Civil and Environmental Engineering (North East & Essex & Suffolk)
Lot No
FA08-02H
two.2.2) Additional CPV code(s)
- 45246000 - River regulation and flood control works
- 45247100 - Construction work for waterways
- 45247210 - Dam construction work
- 45247211 - Dam wall construction work
- 45247212 - Dam-reinforcement works
- 45247220 - Weir construction work
- 45247230 - Dyke construction work
- 45247270 - Reservoir construction works
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKH14 - Suffolk
- UKH3 - Essex
Main site or place of performance
Both Northumbrian Water Operating area (North East of England) and Essex & Suffolk Water Operating area (South East of England)
two.2.4) Description of the procurement
Wider Ecosystem Lot H - Civil and Environmental Engineering (North East and Essex & Suffolk)
The Client is looking for Contractors in relation to civil and environment engineering services to support delivery in the Clients requirements in the Northumbrian, and Essex & Suffolk operating areas. We are looking specifically for Contractors who specialise in 'wet' engineering works delivered around rivers, marine and coastal areas, reservoirs, lagoons and lakes. The Contractors will become partners of the Northumbrian Water's Living Water Ecosystem, working alongside the Enterprise and directly for Northumbrian Water's Integrated Delivery Service (IDS), focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across all of the operating regions.
The scope of this lot may include but is not limited to;
• River restoration
• Bank maintenance, restoration and reprofiling
• Lagoon clearance and cleaning
• Piling and reinforced concrete works around water courses and water retaining structures.
• Fish and Eel Pass Investigations and Installations
• Outfall Structure Refurbishment and Repairs
• Reedbed Refurbishment and constructed wetlands
• Vegetation and debris clearance and management
This Framework will be just one element of the Clients environmental delivery strategy. As the Clients strategy continues to be developed and refined, they will build a clear understanding of the supply chain support needed to deliver the wider environmental requirements within programmes and will procure those services separately.
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: £60,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
The anticipated value is £0m-£5m per annum, but no volume of work can be guaranteed.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
6 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 4 years + a further 2 years (12 in total).
two.2.14) Additional information
It is envisaged we will appoint three contractors to this framework lot.
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 Guarantee may be required for certain lots. This will be advised in the ITT.
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
If bidding as a Joint Venture (JV) (incorporated or unincorporated), upon award confirmation, the JV must be incorporated with joint and several liability and cross indemnities.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This will be advised if invited to tender.
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
In the case of framework agreements, provide justification for any duration exceeding 8 years:
Applicable to all lots:
It is the intention to award twelve (12) year framework agreements for the provision of these works and services. This duration is in recognition of the significant investment required from both the client and contractors to build and maintain a high performing supply chain eco-system to deliver a programme of this size and scale. It is anticipated that investment will be required within our operating areas to bring the necessary skills, resources, systems and infrastructure and by giving a long term commitment to the supply chain we will be best placed to attract the best supply partners, ultimately enabling us to deliver value to our customers by providing high quality and cost effective services which will leave a lasting legacy within the communities we serve.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-011702
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 August 2023
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 September 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 conduced electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal called "Ariba".
In your expression of interest, you must indicate if you are interested in bidding for The Enterprise Lots (FA08-01) or the Wider Ecosystem Lots (FA08-02).
Expressions of interest must be sent to the e-mail address amp8procurement@nwl.co.uk before the deadline date of 4th August 2023 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). 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 11th August 2023 at 2pm. When sending expression of interest, applicants must provide the following information:
1) Full company name,
2) Confirm interest in Enterprise Lots OR Wider Ecosystem Lots,
2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, email address and telephone number. Please note, if your organisation already has an existing Ariba account, please ensure you provide the correct account details (username, email).
six.4) Procedures for review
six.4.1) Review body
TBC
TBC
Country
United Kingdom