Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

North East

Category Works

Type

No. of Lots 3

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-047866
Common Procurement VocabularySewerage work
Procurement MethodNegotiated procedure with prior call for competition
Value£160,000,000
« Previous Page

North East

Category Works

Type

No. of Lots 3

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-047866
Common Procurement VocabularySewerage work
Procurement MethodNegotiated procedure with prior call for competition
Value£160,000,000

Section I: Contracting entity

I.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House,Abbey Road, Pity Me

DURHAM

DH15FJ

Contact

Philippa Longstaff

Email

amp8procurement [at] nwl.co.uk

Country

United Kingdom

NUTS code

UKC - North East (England)

Companies House

02366703

Internet address(es)

Main address

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

I.3) Communication

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

https://s1.ariba.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s1.ariba.com

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FA08-03 - SEWERAGE REPAIR AND MAINTENANCE

Reference number

FA08-03

II.1.2) Main CPV code

  • 45232410 - Sewerage work

II.1.3) Type of contract

Works

II.1.4) Short description

The Client is looking to either appoint one Contractor (full Northumbrian Water Operating region) or two Contractors (one in the North and one in the South of the Northumbrian Water Operating Region) to deliver reactive sewerage repair and maintenance services.

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 30,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

II.1.5) Estimated total value

Value excluding VAT: £160,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders may submit for any combination of lots. NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.

II.2) Description

II.2.1) Title

North of Northumbrian Water Operating Region

Lot No

1

II.2.2) Additional CPV code(s)

  • 45231110 - Pipelaying construction work
  • 45232400 - Sewer construction work
  • 45232410 - Sewerage work
  • 45232452 - Drainage works

II.2.3) Place of performance

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

North of Northumbrian Water Operating Region

II.2.4) Description of the procurement

Lot 1 covers the provision of the works in the North of Northumbrian Water's operating region. Map of regions are in the tender documents.

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 14,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £80,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The highest scoring 6 contractors in each lot will be shortlisted for ITT, subject to the 6th placed contractor total score being within 5 percentage points of the 5th placed bidder total score.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

II.2.14) Additional information

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.

Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.

II.2) Description

II.2.1) Title

South of Northumbrian Water's Operating Region

Lot No

2

II.2.2) Additional CPV code(s)

  • 45231110 - Pipelaying construction work
  • 45232400 - Sewer construction work
  • 45232410 - Sewerage work
  • 45232452 - Drainage works

II.2.3) Place of performance

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

South of Northumbrian Water's Operating Region.

II.2.4) Description of the procurement

Lot 2 cover the provision of the works in the South of Northumbrian Water's operating region. Map of regions are in the tender documents

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 16,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £80,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The highest scoring 6 contractors in each lot will be shortlisted for ITT, subject to the 6th placed contractor total score being within 5 percentage points of the 5th placed bidder total score.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

II.2.14) Additional information

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.

Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.

II.2) Description

II.2.1) Title

Northumbrian Water's Full Operating Region (North & South)

Lot No

3

II.2.2) Additional CPV code(s)

  • 45231110 - Pipelaying construction work
  • 45232400 - Sewer construction work
  • 45232410 - Sewerage work
  • 45232452 - Drainage works

II.2.3) Place of performance

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

Northumbrian Water's Full Operating Region (North & South)

II.2.4) Description of the procurement

Lot 3 covers the provision of the works in Northumbrian Water's full operating region (North & South). Map of regions are in the tender documents

The scope includes, but is not limited to, reactive repairs and maintenance (including alterations and enhancements) of approximately 30,000km of the Client's sewerage network. This includes reactive attendance to all customer reported issues and subsequent maintenance.

The services will largely be reactive emergency services in response to customer contacts and other short-term work where there is an immediate and repeated adverse impact on customer service or other serviceability measures.

This entails the provision of 24/7/365 emergency call out cover for all customer reported issues which could include:

- Internal, external, highway and other flooding

- Pollution

- Odours

- Blockages

- Collapses

-Dangerous manholes

The Client's in-house Technical Support team will attend the majority of flooding contacts and all reported pollution contacts as well as any others deemed necessary alongside the crew to oversee the resolution of the issue, complete root cause analysis and communicate with the customer. Investigations undertaken will often include looksee CCTV, dye testing, locating manholes, cleansing, root cutting and proactive mapping.

Following the initial reactive attendance further remedial or investigation work may be required this may include:

- Further investigation encompassing network tracing, dye testing

- CCTV including probe and mark

- Sewer cleansing

- Ultra high-pressure jet cutting or use of specialist cutting equipment such as Picote, Bladder or robotic cutters

- Root cutting

- Drawdowns

- Rod retrievals

Any activity which identifies as causing a potential risk of flooding from operations, all employees must follow strict mitigation procedures outlined by the Client, this may include:

- Bunging connections

- Wrapping toilets

- Venting manholes

- Drawdowns

- Use of alternative methods such as rodding

If required sewer repairs are undertaken, this may include:

- Dig down repairs

- Emergency burst rising main repairs

- Trenchless patch or lining repairs

- Pipe bursting

- Minor building over sewer diversions

- New manholes, manhole repairs, manhole cover and frame replacement and/or repairs

- Manhole trap removal

- Minor pipe-bridge & sewer outfall repairs

In any instance where a repair disrupts or damages the ground surface this area will be replaced like for like.

Other services where required may include, but are not limited to:

- Large clean ups which may involve removal of contaminated material

- Vegetation clearance

- Landscaping

- Pump hire and overpumping hire and set-up

- Security

- Site set-up activities which may include provision and installation of track mats etc

- Provision and installation of pollution mitigation measure such as straw bales and booms

- Specialist CSO maintenance services

- Fabrication and installation of specialist ironworks such as penstocks or gattic covers

Contractors(s) will be required to use the Client's apps and systems. They will be required to follow processes for updating these and recording asset information.

All planning and necessary customer service activity is to be undertaken by the Contractor(s).

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed using an objective mechanism which will be detailed in the tender documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £160,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The highest scoring 6 contractors in each lot will be shortlisted for ITT, subject to the 6th placed contractor total score being within 5 percentage points of the 5th placed bidder total score.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

The period of any Framework resulting from this procurement will be 4 years from the start date.

The length of the Framework Agreement may be extended by negotiation with the supplier(s) for a further period of 4 years (any combination extension period up to 4 years) (total 8 years).

II.2.14) Additional information

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.

Best value will be determined by the most commercially advantageous bid, subject to achieving a number of minimum quality thresholds.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.1.6) Deposits and guarantees required

If the Dun and Bradstreet credit rating returns a rating of 'above average risk' or 'high risk', the contracting entity will request further financial information for review and a parent company guarantee or performance bond may be required.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Upon award, any bidders who submitted as a Joint Venture (JV) must be incorporated with joint and several liability and cross indemnities.

For non-incorporated JVs or newly proposed JVs, please refer to the PQQ instructions for guidance on how to submit.

NWL reserve the right to reject an application where insufficient evidence and detail is provided to give NWL confidence in the proposed JV.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 8 years:

NWL will either award to Lot 1 and 2, or Lot 3 only. This will be assessed based on best value to the Client, using an objective mechanism which will be detailed in the tender documents.

In either instance, a single entity would be appointed to each lot. In the case of awarding to Lot 1 and 2, this would be a different contractor for each lot.

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

19 July 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Applicants are asked to note that this procurement process will be conducted electronically with all documents and communications being managed through the Northumbrian Water eSourcing Spend Management portal called 'Ariba'.

Expressions of interest for this tender must be sent to the e-mail address amp8procurement [at] nwl.co.uk before the deadline of 19 July 2024 at 12 noon. Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. The deadline for the return of the completed PQQ is 26 July 2024 at 12 noon.

When sending expression of interest, applicants must provide the following information:

1) Full Company Name

2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, e-mail address and telephone.

VI.4) Procedures for review

VI.4.1) Review body

NWL Legal Department

Northumbrian Water Limited, Abbey Road, Pity Me

Durham

DH1 5FJ

Country

United Kingdom