Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Northumbrian Water Limited
Boldon House, Wheatlands Way, Pity Me
Contact point(s): Contracts Procurement
For the attention of: Contracts Procurement Manager
DH1 5FA Durham
UNITED KINGDOM
Telephone: +44 8706084820
E-mail: amp6water@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 entities
The 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:
AMP6 Water Network Framework (North East and Essex).
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting entities
Main site or location of works, place of delivery or of performance: Contracting entity’s operating area in North East of England and Essex operating area in South East of England. Please note, a contract notice for the Suffolk operating area will be issued separately.
NUTS code UKJ,UKC
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 agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 9
Duration of the framework agreement
Duration in years: 9
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 324 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
The repair and maintenance of the contracting entity’s clean water distribution network including but not limited to, infrastructure maintenance works, new mains and services, mains diversions, network improvements, reinstatements, repairs and maintenance works including 24/7 cover, communication and supply pipe renewals, meter installations, minor asset repairs and replacements.
The total estimated value of the works is approx. 36 000 000 GBP per annum.
The scope of each lot will not be broken down further. Applicants must be able to provide the broad range of services advertised for each lot applied for.
II.1.6)Common procurement vocabulary (CPV)
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 lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Framework is split into 6 Lots as follows:
Lot 1: FA06-01 Network Improvements (North East).
Lot 2: FA06-02 Network Improvements (Essex).
Lot 3: FA06-03 Repair and Maintenance (North East).
Lot 4: FA06-04 Repair and Maintenance (Essex).
Lot 5: FA06-05 Reinstatements (Essex).
Lot 6: FA06-06 Supply Pipe Renewals (Essex).
Estimated value excluding VAT: 324 000 000 GBP
II.2.2)Information about options
Options: 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 renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Starting 1.4.2015 Completion 31.3.2018
Information about lots
Lot No: 1 Lot title: FA06-01 Network Improvements (North East)
1)Short description:
This work is carried out in the Northumbrian Water operating area. The work includes but is not limited to: New development water mains installations and extensions, new development non-strategic water mains diversions, network improvements (all up to 600 mm diameter), enabling works and temporary supplies.
The total estimated value of the works is approx. 10 500 000 GBP per annum.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
Estimated value excluding VAT: 94 500 000 GBP
Lot No: 2 Lot title: FA06-02 Network Improvements (Essex)
1)Short description:
This work is carried out in the Essex operating area. The work includes but is not limited to: New development water mains installations and extensions, new development non-strategic water mains diversions, network improvements (all up to 600 mm diameter), enabling works and temporary supplies.
The total estimated value of the works is approx. 7 500 000 GBP per annum.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
Estimated value excluding VAT: 67 500 000 GBP
Lot No: 3 Lot title: FA06-03 Repair and Maintenance (North East)
1)Short description:
This work is carried out in the Northumbrian Water operating area. The work includes but is not limited to: Repairs and maintenance to existing assets, new service connections, customer meters (internal and external), small diversions, leakage repairs, single supply pipe renewals, boundary boxes and ancillary works such as fire hydrants, street furniture, fittings and stop taps. The work includes reinstatement of work carried out by direct labour.
Work under this Lot will be planned and scheduled by Northumbrian Water through the Field Services Management programme. Applicants must be able to provide 24/7/52 emergency stand-by cover.
The total estimated value of the works is approx. 10 000 000 GBP per annum.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
Estimated value excluding VAT: 90 000 000 GBP
Lot No: 4 Lot title: FA06-04 Repair and Maintenance (Essex)
1)Short description:
This work is carried out in the Essex operating area. The work includes but is not limited to: Repairs and maintenance to existing assets, new service connections, customer meters (internal and external), small diversions, leakage repairs, single supply pipe renewals, boundary boxes and ancillary works such as fire hydrants, street furniture, fittings and stop taps.
Work under this Lot will be planned and scheduled by Essex & Suffolk Water through the Field Services Management programme. Applicants must be able to provide 24/7/52 emergency stand-by cover.
The total estimated value of the works is approx. 5 000 000 GBP per annum.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
Estimated value excluding VAT: 45 000 000 GBP
Lot No: 5 Lot title: FA06-05 Reinstatement (Essex)
1)Short description:
The work is carried out in the Essex & London Boroughs area of supply. The works comprise first time permanent reinstatement of excavations. The excavations could comprise of main laying trenches or small excavations resulting from service laying, repairs and maintenance work carried out by direct labour or contractors.
It will be the intention for all excavations (with minor exceptions) to be reinstated on a first time permanent basis, and the majority to be completed within 1 to 2 days of the excavation works being undertaken depending on the duration periods agreed by the Highway Authorities. The majority of these are classified as minor works.
Please note: Planning and scheduling through the Field Services Management programme may apply to this Lot in the future.
The total estimated value of the works is approx. 2 000 000 GBP per annum.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
Estimated value excluding VAT: 18 000 000 GBP
Lot No: 6 Lot title: FA06-06 Supply Pipe Renewals (Essex)
1)Short description:
Common Supply Pipe Renewals in Essex including the Dagenham Common Supplies Project. The majority of the work is for domestic households and involves the replacement of common water supply pipe to a property. The work also involves installing the pipe work into the property including all internal plumbing. The work includes all excavation, back fill and reinstatement for each job.
Please note: Planning and scheduling through the Field Services Management programme may apply to this Lot in the future.
The total estimated value of the works is approx. 1 000 000 GBP per annum.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
Estimated value excluding VAT: 9 000 000 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 may be 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 registers
Information 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 ability
Information and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification documentation.
III.2.3)Technical capacity
Information 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 procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
FA06-01 to FA06-06
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 25.4.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.5.2014 – 16:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
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 recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The 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 managed electronically, with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management website hosted by Ariba. The deadline for expressions of interest is the 25.4.2014. Upon expressing an interest, you will be given access to NWL’s Ariba tender portal where you can access the pre-qualification documents. The deadline for the return of the completed pre-qualification documents is the 2.5.2014 at 16:00 pm. Applicants wishing to participate must register their interest via the email address in I.1 to the contracting entity before the deadline stated in IV.3.3 and provide the following information:
1) Full company name.
2) Main contact details of the person who will receive the documents through the Ariba portal when issued (name, job title, email address, telephone number).
3) Lot(s) you wish to be considered for.
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 only indicative 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:
31.3.2014