Tender

Commercial and Technical Capital Consultants

NORTHUMBRIAN WATER GROUP LIMITED

This public procurement record has 1 release in its history.

Tender

05 Jul 2022 at 15:04

Summary of the contracting process

NORTHUMBRIAN WATER GROUP LIMITED is currently engaging in a tender process for "Commercial and Technical Capital Consultants" within the consultative engineering and construction services industry. The procurement process, classified under the selective method, is active and takes place within the Northumbrian Water Operating area, covering regions UKC and UKH. Interested parties must submit their expressions of interest via email by 29th July 2022, followed by the completed Pre-Qualification Questionnaire (PQQ) by midday on 5th August 2022. This tender process involves two distinct lots for which bidders may express interest, although they are limited to tendering for only one lot after the PQQ stage.

This procurement opportunity is particularly suited for consulting firms with expertise in commercial and technical services, especially those providing support for capital investment in infrastructure projects. Businesses that excel in areas such as strategic planning, solution delivery, and engineering design services will find these lots appealing, as the estimated total value of the contracts amounts to £152 million GBP. The framework agreement resulting from this procurement could be extended for up to four additional years, offering significant long-term growth potential for successful bidders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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 Partner

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.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}