Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Official name: Northumbrian Water Limited
Postal address: Boldon House, Wheatlands Way, Pity Me
Town: Durham
Postal code: DH1 5FA
Country: United Kingdom
For the attention of: The Contracts Procurement Manager
E-mail: amp6nim@nwl.co.uk
Internet address(es):
General address of the contracting entity: www.nwl.co.uk
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.3)Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Water and waste-water treatment assets.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Main site or location of works, place of delivery or of performance: Northumbrian Water Limited's operating area. This includes Northumbrian Water in the North East of England and Essex and Suffolk Water in the Essex and Suffolk regions.
NUTS code UKC NORTH EAST (ENGLAND),UKH3 Essex,UKH14 Suffolk
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 10
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 210 000 000 and 320 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Northumbrian Water Limited (NWL) would like to appoint suppliers for the provision of design, construction and commissioning of capital works on water and waste-water treatment assets including but not limited to schemes such as water and waste-water treatment facilities, pumping stations, boreholes, chemical, instrumentation and control systems and service reservoirs. Prospective partners will be aligned to programmes of work, working collaboratively in partnership with NWL to investigate business opportunities, and subsequently deliver solutions which meet business outcomes and are efficient to operate and maintain.
These works will be required over an asset base across Northumbrian Water Limited's operating areas. Potential supply chain partners may express interest in 1 or both of the advertised lots.
II.1.6)Common procurement vocabulary (CPV)45000000 Construction work, 45252120 Water-treatment plant construction work, 45252100 Sewage-treatment plant construction work, 45232152 Pumping station construction work
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Northumbrian Water Limited (NWL) would like to appoint suppliers for the provision of design, construction and commissioning of capital works on water and waste-water treatment assets including but not limited to schemes such as water and waste-water treatment facilities, pumping stations, boreholes, chemical, instrumentation and control systems and service reservoirs. Prospective partners will be aligned to programmes of work, working collaboratively in partnership with NWL to investigate business opportunities, and subsequently deliver solutions which meet business outcomes and are efficient to operate and maintain.
These works will be required over an asset base across Northumbrian Water Limited's operating areas. Potential supply chain partners may express interest in one or both of the advertised lots.
Estimated value excluding VAT
Range: between 210 000 000 and 320 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contracting entity reserves the option to remove permanently or suspend suppliers at any time who fall below acceptable standards of performance in any respect.
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completionStarting 1.10.2015 Completion 30.9.2020
Information about lots
Lot No: 1 Lot title: FA06-04A Water and Wastewater Treatment Assets for NWL's Northumbrian Operating Area1)Short description:
The contracting entity estimates an approximate capital expenditure of GBP 20 000 000 per annum in the Northumbrian Operating Area; work will include design, construction and commissioning of new Water and Wastewater assets, renewals, modifications, maintenance, refurbishments and extensions of works. It includes for the provision of feasibility and scoping investigations, studies, notional solutions through to detailed designs and any associated services. The work involves mainly capital maintenance works with considerable elements of small work packages at multiple sites, ranging to medium sized capital complex works.
2)Common procurement vocabulary (CPV)45000000 Construction work, 45252120 Water-treatment plant construction work, 45252100 Sewage-treatment plant construction work, 45232152 Pumping station construction work
3)Quantity or scope:
The work may include but is not limited to the following:
— Water and Waste-water Treatment Works;
— Borehole development;
— Water and waste-water network pumping stations;
— Strategic meters and network monitors;
— Raw water pumping stations, treated water pumping stations;
— 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.
Applicants must be able to provide the full scope of work detailed in this description. The contracting entity is looking to engage with supply chain partners for an initial contract period of 5 years, with an option to extend by negotiation for a further 5 years.
Estimated value excluding VAT
Range: between 160 000 000 and 240 000 000 GBP
Lot No: 2 Lot title: FA06-04B Water Treatment Assets for NWL's Essex and Suffolk Operating Area1)Short description:
The contracting entity estimates an approximate capital expenditure of 7 500 000 GBP per annum in the Essex and Suffolk Operating Area; work will include design, construction and commissioning of new Water Treatment assets, renewals, modifications, maintenance, refurbishments and extensions of works. It includes for the provision of feasibility and scoping investigations, studies, notional solutions through to detailed designs and any associated services. The work involves mainly capital maintenance works with considerable elements of small work packages at multiple sites, ranging to medium sized capital works
2)Common procurement vocabulary (CPV)45000000 Construction work, 45252120 Water-treatment plant construction work, 45252100 Sewage-treatment plant construction work, 45232152 Pumping station construction work
3)Quantity or scope:
The work may include but is not limited to the following:
— Water Treatment Works;
— Borehole development;
— Water network pumping stations;
— Strategic meters and network monitors;
— Raw water pumping stations, treated water pumping stations;
— 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.
Applicants must be able to provide the full scope of work detailed in this description. The contracting entity is looking to engage with supply chain partners for an initial contract period of 5 years, with an option to extend by negotiation for a further 5 years.
Estimated value excluding VAT
Range: between 50 000 000 and 80 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance Bonds or parent company guarantees maybe required. This will be advised if invited to tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be advised if invited to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability agreement under English Law with designated lead entity.
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
FA06-04
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Time limit for receipt of requests for documents or for accessing documents: 21.11.2014 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate28.11.2014 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Applicants are asked to note that this procurement process will be conducted electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal hosted by Ariba.
Expressions of interest must be sent to the e-mail address amp6nim@nwl.co.uk before the deadline date on 21.11.2014 at 17:00. Once an expression of interest has been received that contains the information detailed below, applicants will be given access to the Ariba portal containing the pre-qualification questionnaire (PQQ). The deadline for the return of the completed PQQ is the 28.11.2014 at 17:00.
When sending an 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
—Telephone number
All applicants, whether single applicants or part of a Joint Venture/Consortium, must apply on an individual basis, with reference made to the proposed Joint Venture/ Consortium partners where this applies. Dates and estimated values shown in this Contract Notice are indicative only at this stage.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:4.11.2014