Contract

Wider Ecosystem

  • NORTHUMBRIAN WATER GROUP LIMITED

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-034749

Procurement identifier (OCID): ocds-h6vhtk-03c3a9

Published 25 October 2024, 4:45pm



Section one: Contracting entity

one.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House

DURHAM

DH15FJ

Email

amp8procurement@nwl.co.uk

Country

United Kingdom

Region code

UKC14 - Durham CC

Companies House

2366703

Internet address(es)

Main address

https://www.nwl.co.uk/

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Wider Ecosystem

Reference number

FA08-02

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'.

This award notice is in relation to the Wider Ecosystem. A separate notice for the Living Water Enterprise lots (FA08-01) was published on completion of that procurement process.

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. The IDS team will be supported by the appointed Wider Ecosystem partners. The Wider Ecosystem will also provide additional resource and support to the Living Water Enterprise partners when delivering long cycle work.

NWL have appointed a number of suppliers to the following lots:

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)

two.1.6) Information about lots

This contract is divided into lots: Yes

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 has appointed 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 includes construction and commissioning of new water and wastewater infrastructure assets, asset renewals, asset modifications and refurbishments.

The Scope involves 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.

Sub-lot 1: £0m to £2.5m:

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.2.11) 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) 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
  • 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 A2 - Infrastructure Civil Engineering (North East) - £0-£5m

The Client has appointed 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 includes 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.

Whilst it is envisaged that the bulk of works will be civils based there is an expectation and requirement from the Client that the Contractors have 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.2.11) 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) 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 has appointed 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.

Sub-lot 1: General Civils £0m to £2.5m

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.2.11) 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) 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 has appointed 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 involves 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.

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;

• 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 appointed to sub-lot 2 are expected to show capability to include low complexity design. Whilst it is envisaged that the bulk of

works will be civils based there is an expectation and requirement from the Client that the Contractors can deliver telemetry and MEICA (Mechanical, Electrical, Instrumentation, Control and Automation).

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) 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 has appointed 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 involves 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.

Sub-lot 1: General Civils £0m to £2.5m

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.2.11) 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) 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 has appointed 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.

Sub-lot 2: 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 are appointed to sub-lot 2 will be expected to show capability to include low complexity design. Whilst it is envisaged that the bulk of

works will be civils based there is an expectation and requirement from the Client that the Contractors are able to deliver telemetry and MEICA (Mechanical, Electrical, Instrumentation, Control and Automation)

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) 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 has appointed 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 includes 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 is set up for the wider Ecosystem as the Clients needs develop.

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.2.11) 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) 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 has appointed 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 includes 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.

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.2.11) 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) 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. Demonstration of Contractor delivery shows 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. Ultimately this will provide the water industry with additional capacity and provide the opportunity for appointed suppliers to widen their sector experience.

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) 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 Northumbrian operating area. The purpose of this lot is to allow Contractors with relevant non-water sector experience to access the market. Demonstration of Contractor delivery shows 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. Ultimately this will provide the water industry with additional capacity and provide the opportunity for appointed suppliers to widen their sector experience.

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) 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 has appointed 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 have appointed 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

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).


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

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 000-019533


Section five. Award of contract

Lot No

FA08-02A1

Title

Infrastructure Civil Engineering (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ARM Pipetek Ltd

Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

08506274

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02A1

Title

Infrastructure Civil Engineering (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Sapphire Utility Solutions Limited

Preston

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
Companies House

08368213

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02A1

Title

A1 Infrastructure Civil Engineering (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

BCE Northern Limited

Gateshead

Country

United Kingdom

NUTS code
  • UKC - North East (England)
Companies House

07513661

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02A1

Title

Infrastructure Civil Engineering (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

S & B Utilities Limited

Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

04355733

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02A2

Title

Infrastructure Civil Engineering (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Esh Construction Limited

Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

02529939

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02A2

Title

Infrastructure Civil Engineering (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Seymour (Civil Engineering Contractors) Ltd.

Hartlepool

Country

United Kingdom

NUTS code
  • UKC11 - Hartlepool and Stockton-on-Tees
Companies House

01374637

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02A2

Title

Infrastructure Civil Engineering (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Galliford Try Construction Limited

Uxbridge

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon
Companies House

02472080

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02A2

Title

Infrastructure Civil Engineering (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Network Plus Services Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
Companies House

04057938

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02B1

Title

Treatment and Civils (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Britcon (UK) Limited

Scunthorpe

Country

United Kingdom

NUTS code
  • UKE13 - North and North East Lincolnshire
Companies House

02463833

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02B1

Title

Treatment and Civils (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Rainton Construction Limited

Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

02699545

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02B1

Title

Treatment and Civils (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Meldrum Structural and Civil Engineering Limited

Gateshead

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
Companies House

11703185

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02B1

Title

Treatment and Civils (North East, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Gowland and Dawson Limited

Washington

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
Companies House

04195607

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02B2

Title

Treatment and Civils (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Esh Construction Limited

Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

02529939

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02B2

Title

Treatment and Civils (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Seymour (Civil Engineering Contractors) Ltd.

Hartlepool

Country

United Kingdom

NUTS code
  • UKC11 - Hartlepool and Stockton-on-Tees
Companies House

01374637

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02B2

Title

Treatment and Civils (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Stonbury Limited

Bedford

Country

United Kingdom

NUTS code
  • UKH24 - Bedford
Companies House

01721842

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02B2

Title

Treatment and Civils (North East, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Galliford Try Construction Limited

Uxbridge

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon
Companies House

02472080

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02C1

Title

Treatment and Civils (Essex & Suffolk, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Knights Brown Construction Ltd

Bridgend

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
Companies House

02081940

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02C1

Title

Treatment and Civils (Essex & Suffolk, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Gowland and Dawson Limited

Washington

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
Companies House

04195607

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02C1

Title

Treatment and Civils (Essex & Suffolk, £0-£2.5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

IES Utilities Group Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
Companies House

11262423

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02C2

Title

Treatment and Civils (Essex & Suffolk, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Galliford Try Construction Limited

Uxbridge

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon
Companies House

02472080

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02C2

Title

Treatment and Civils (Essex & Suffolk, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Integrated Water Services Limited

Lichfield

Country

United Kingdom

NUTS code
  • UKG24 - Staffordshire CC
Companies House

05283349

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02C2

Title

Treatment and Civils (Essex & Suffolk, £0-£5m)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Enisca Browne Limited

Enfield

Country

United Kingdom

NUTS code
  • UKI54 - Enfield
Companies House

NI630526

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02D

Title

Demolition and Associated Services (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

M.G.L. Demolition Limited

Newcastle upon Tyne

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
Companies House

01051184

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02D

Title

Demolition and Associated Services (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

GLC Projects Ltd

Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

11965408

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02E

Title

Demolition and Associated Services (Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Rhodar Industrial Services Limited

Leeds

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
Companies House

06426331

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02E

Title

Demolition and Associated Services (Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Coleman & Company Limited

Birmingham

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
Companies House

00737922

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02F

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Applebridge Construction Limited

Middlesbrough

Country

United Kingdom

NUTS code
  • UKE22 - North Yorkshire CC
Companies House

08732701

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02F

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Story Contracting Limited

Carlisle

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
Companies House

03709861

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02F

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Keltbray Highways Limited

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

12788652

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02F

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

A E Yates Limited

Bolton

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
Companies House

00415632

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02F

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

G & B Civil Engineering Limited

Gateshead

Country

United Kingdom

NUTS code
  • UKC2 - Northumberland and Tyne and Wear
Companies House

02666551

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02F

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (North East)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Absolute Civil Engineering Ltd

Consett

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

06490827

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02G

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Jackson Civil Engineering Group Limited

Ipswich

Country

United Kingdom

NUTS code
  • UKH14 - Suffolk
Companies House

06778819

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02G

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

J McCann & Co Limited

Nottingham

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
Companies House

08326109

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02G

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

VolkerLaser Ltd

Hoddesdon

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
Companies House

03892871

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02G

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Kilnbridge Construction Services Ltd.

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

02708682

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02G

Title

Multi-Disciplinary Civil Engineering - Non-Water Experience (Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Workflow Services Ltd

Macclesfield

Country

United Kingdom

NUTS code
  • UKD62 - Cheshire East
Companies House

13335740

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02H

Title

Civil & Environmental Engineering (North East and Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Stonbury Limited

Bedford

Country

United Kingdom

NUTS code
  • UKH24 - Bedford
Companies House

01721842

The contractor is an SME

No


Section five. Award of contract

Lot No

FA08-02H

Title

Civil & Environmental Engineering (North East and Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Land & Water Services Ltd

Guildford

Country

United Kingdom

NUTS code
  • UKJ25 - West Surrey
Companies House

02776439

The contractor is an SME

Yes


Section five. Award of contract

Lot No

FA08-02H

Title

Civil & Environmental Engineering (North East and Essex & Suffolk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 May 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Esh Construction Limited

Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

02529939

The contractor is an SME

No


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

TBC

TBC

Country

United Kingdom