Notice Information
Notice Title
Commercial and Technical Capital Consultants
Notice Description
The provision of technical and commercial services relating predominantly to the capital investment on both infrastructure and non-infrastructure projects and programmes.
Lot Information
Strategic Technical Partner
The scope of the services to be provided fall into the following three areas: 1. Enabling - Services in support to Strategic Planning to complement the in-house function will be required in the areas not limited to business strategy, economic analysis, business case articulation, asset management, specialist support and support to PR29 development. 2. Solution Delivery - Services in support to Tactical Planning to complement the in-house function and in relation to the delivery of the capital plan will be required in the areas not limited to programme optimisation, root cause analysis, needs challenge and TOTEX optioneering, specialist modelling, Principal Designer Duties under CDM. 3. Design - Services in support of Capital Delivery will be required in the areas not limited to concept, definition and detailed design, tender documentation and evaluation, support to regulatory programmes, asset health and condition inspections, ECC site supervision, data gathering and analytics, provision of technical resource via secondment, Principal Designer duties under CDM. The main focus of this lot will be item 2 above - Solution Delivery, however, consultants will need to demonstrate capability across all three areas. The estimated annual value of this lot is in the range of PS5m - PS15m.
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 number of extensions are available but will not exceed the total extension period of 4 years.
Renewal: 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 number of extensions are available but will not exceed the total extension period of 4 years.
Strategic Commercial PartnerProvision of commercial services predominantly across its capital investment programme. The requirements will include: 1. Strategic Services: NWG require a consultant to provide strategic commercial services across its infrastructure and non-infrastructure investment programme. The consultant will be expected to provide overall strategic services working closely with NWG and its supply chain. These services will generally be programme level and outcome focused with the commercial partner providing initiatives such as (but not limited to); commercial forums, programme and contract management dashboard reporting, provision of NEC Contract Management Software, Training (e.g. NEC), risk and opportunity management, integrated risk and value management, cross industry insights, best practice procurement insights and other value add services by agreement. 2. Core Services: The consultant partner will also provide core transactional commercial services predominantly focusing on project level capital investment. This covers services including but not limited to the provision of cost management services, Target cost validation, NEC contract administration services eg ECC Project Manager and assistance with tender documents preparation and evaluation. 3. Optional Services: The consultant partner may be requested to provide forensic cost audit services, these include the review of expenditure against contract, accuracy pf payment claims and invoices, correct application of rates, rebates and other discount models. The estimated value of this lot per annum is PS2m - PS4m.
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 number of extensions are available but will not exceed the total extension period of 4 years.
Renewal: 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 number of extensions are available but will not exceed the total extension period of 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-034e80
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018392-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71310000 - Consultative engineering and construction services
71320000 - Engineering design services
Notice Value(s)
- Tender Value
- £152,000,000 £100M-£1B
- Lots Value
- £152,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jul 20223 years ago
- Submission Deadline
- 29 Jul 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTHUMBRIAN WATER GROUP LIMITED
- Contact Name
- Lily Craw
- Contact Email
- lily.craw@nwl.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- DURHAM
- Postcode
- DH1 5FJ
- Post Town
- Durham
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC4 Northumberland, Durham and Tyne & Wear
- Small Region (ITL 3)
- TLC41 Durham
- Delivery Location
- TLC North East (England), TLH East (England)
-
- Local Authority
- County Durham
- Electoral Ward
- Framwellgate and Newton Hall
- Westminster Constituency
- City of Durham
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-034e80-2022-07-05T16:04:48+01:00",
"date": "2022-07-05T16:04:48+01:00",
"ocid": "ocds-h6vhtk-034e80",
"description": "Applicants are asked to note that this procurement process will be conduced electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal called \"Ariba\". If you have expressed an interest in both Lot 1 and Lot 2, you will receive two separate PQQ invitations via Ariba. Both need to be accessed, completed and submitted separately. Expressions of interest must be sent to the e-mail address amp8procurement@nwl.co.uk before the deadline date of 29th July 2022. Once expression of interest has been received containing the details below, applicants will be given access to the Ariba portal within 48 hours from request (where possible). This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal. The deadline for return of the completed Pre-Qualification Questionnaire (PQQ) is the 5th August 2022 at Midday. 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, email address and telephone number.",
"initiationType": "tender",
"tender": {
"id": "FA07-02",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Commercial and Technical Capital Consultants",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
"mainProcurementCategory": "services",
"description": "The provision of technical and commercial services relating predominantly to the capital investment on both infrastructure and non-infrastructure projects and programmes.",
"value": {
"amount": 152000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 1,
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "At PQQ stage, bidders may submit responses for both Lot 1 and Lot 2 . If bidders who submit PQQ responses for both lots are short-listed to tender stage for both Lot 1 and Lot 2, NWL will ask the bidder to select their preferred lot to continue with to tender stage. After PQQ stage, bidders will only be able to tender for either Lot 1 or Lot 2."
},
"lots": [
{
"id": "1",
"title": "Strategic Technical Partner",
"description": "The scope of the services to be provided fall into the following three areas: 1. Enabling - Services in support to Strategic Planning to complement the in-house function will be required in the areas not limited to business strategy, economic analysis, business case articulation, asset management, specialist support and support to PR29 development. 2. Solution Delivery - Services in support to Tactical Planning to complement the in-house function and in relation to the delivery of the capital plan will be required in the areas not limited to programme optimisation, root cause analysis, needs challenge and TOTEX optioneering, specialist modelling, Principal Designer Duties under CDM. 3. Design - Services in support of Capital Delivery will be required in the areas not limited to concept, definition and detailed design, tender documentation and evaluation, support to regulatory programmes, asset health and condition inspections, ECC site supervision, data gathering and analytics, provision of technical resource via secondment, Principal Designer duties under CDM. The main focus of this lot will be item 2 above - Solution Delivery, however, consultants will need to demonstrate capability across all three areas. The estimated annual value of this lot is in the range of PS5m - PS15m.",
"value": {
"amount": 120000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "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 number of extensions are available but will not exceed the total extension period of 4 years."
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "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 number of extensions are available but will not exceed the total extension period of 4 years."
},
"status": "active"
},
{
"id": "2",
"title": "Strategic Commercial Partner",
"description": "Provision of commercial services predominantly across its capital investment programme. The requirements will include: 1. Strategic Services: NWG require a consultant to provide strategic commercial services across its infrastructure and non-infrastructure investment programme. The consultant will be expected to provide overall strategic services working closely with NWG and its supply chain. These services will generally be programme level and outcome focused with the commercial partner providing initiatives such as (but not limited to); commercial forums, programme and contract management dashboard reporting, provision of NEC Contract Management Software, Training (e.g. NEC), risk and opportunity management, integrated risk and value management, cross industry insights, best practice procurement insights and other value add services by agreement. 2. Core Services: The consultant partner will also provide core transactional commercial services predominantly focusing on project level capital investment. This covers services including but not limited to the provision of cost management services, Target cost validation, NEC contract administration services eg ECC Project Manager and assistance with tender documents preparation and evaluation. 3. Optional Services: The consultant partner may be requested to provide forensic cost audit services, these include the review of expenditure against contract, accuracy pf payment claims and invoices, correct application of rates, rebates and other discount models. The estimated value of this lot per annum is PS2m - PS4m.",
"value": {
"amount": 32000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "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 number of extensions are available but will not exceed the total extension period of 4 years."
},
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "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 number of extensions are available but will not exceed the total extension period of 4 years."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKH"
}
],
"deliveryLocation": {
"description": "Northumbrian Water Operating area and Essex and Suffolk Operating area ."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKH"
}
],
"deliveryLocation": {
"description": "Northumbrian Water Operating area and Essex and Suffolk Operating area ."
},
"relatedLot": "2"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://s1.ariba.com/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Prerequisites are detailed in the Pre Qualification document within Ariba once you have access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"submissionTerms": {
"depositsGuarantees": "Parent Company Guarantees and Performance Bonds may be requested as part of the award.",
"languages": [
"en"
]
},
"contractTerms": {
"financialTerms": "This will be advised if invited to tender",
"tendererLegalForm": "Joint and several liability agreement under English Law with designated lead entity.",
"performanceTerms": "If applicable these will be advised in the tender documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2022-07-29T14:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-08-21T00:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-48139",
"name": "NORTHUMBRIAN WATER GROUP LIMITED",
"identifier": {
"legalName": "NORTHUMBRIAN WATER GROUP LIMITED"
},
"address": {
"streetAddress": "Via : Group Financial Controller Northumbria House,Abbey Road, Pity Me",
"locality": "DURHAM",
"region": "UKC",
"postalCode": "DH15FJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Lily Craw",
"email": "lily.craw@nwl.co.uk",
"url": "https://s1.ariba.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.nwl.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-3047",
"name": "TBC",
"identifier": {
"legalName": "TBC"
},
"address": {
"locality": "TBC",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-48139",
"name": "NORTHUMBRIAN WATER GROUP LIMITED"
},
"language": "en"
}