- Scope of the procurement
- 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
DURHAM
DH15FJ
Country
United Kingdom
Region code
UKC14 - Durham CC
Companies House
2366703
Internet address(es)
Main address
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