Tender

FA08-03 - SEWERAGE REPAIR AND MAINTENANCE

NORTHUMBRIAN WATER GROUP LIMITED

This public procurement record has 1 release in its history.

Tender

28 Jun 2024 at 12:17

Summary of the contracting process

The procurement process for the tender 'FA08-03 - SEWERAGE REPAIR AND MAINTENANCE' is being conducted by NORTHUMBRIAN WATER GROUP LIMITED. The tender falls under the industry category of sewerage work and encompasses reactive sewerage repair and maintenance services across approximately 30,000km of the client's network. The procurement stage involves using the Ariba portal for electronic submissions, with key deadlines including expression of interest by 19 July 2024 and completion of the PQQ by 26 July 2024.

This tender presents significant business opportunities for contractors who specialise in sewerage and drainage works. Companies with experience in emergency service provision, sewer repairs, and client system utilisation would be well-suited to compete. By meeting the quality thresholds and providing commercially advantageous bids, contractors can secure contracts worth up to £160 million. The procurement method utilised is a selective negotiated procedure, implying a competitive yet targeted approach to supplier selection.

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

FA08-03 - SEWERAGE REPAIR AND MAINTENANCE

Notice 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.

Lot Information

North of Northumbrian Water Operating Region

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. 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.

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).

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 combination extension period up to 4 years) (total 8 years).

South of Northumbrian Water's Operating Region

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. 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.

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).

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 combination extension period up to 4 years) (total 8 years).

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

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. 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.

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).

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 combination extension period up to 4 years) (total 8 years).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-047866
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019809-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
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

45 - Construction work


CPV Codes

45231110 - Pipelaying construction work

45232400 - Sewer construction work

45232410 - Sewerage work

45232452 - Drainage works

Notice Value(s)

Tender Value
£160,000,000 £100M-£1B
Lots Value
£240,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jun 20241 years ago
Submission Deadline
19 Jul 2024Expired
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
Philippa Longstaff
Contact Email
amp8procurement@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)

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-047866-2024-06-28T13:17:39+01:00",
    "date": "2024-06-28T13:17:39+01:00",
    "ocid": "ocds-h6vhtk-047866",
    "description": "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@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.",
    "initiationType": "tender",
    "tender": {
        "id": "FA08-03",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "FA08-03 - SEWERAGE REPAIR AND MAINTENANCE",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45232410",
            "description": "Sewerage work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 160000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "awardCriteriaDetails": "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."
        },
        "lots": [
            {
                "id": "1",
                "title": "North of Northumbrian Water Operating Region",
                "description": "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. 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.",
                "value": {
                    "amount": 80000000,
                    "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 combination extension period up to 4 years) (total 8 years)."
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "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."
                },
                "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 combination extension period up to 4 years) (total 8 years)."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "South of Northumbrian Water's Operating Region",
                "description": "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. 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.",
                "value": {
                    "amount": 80000000,
                    "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 combination extension period up to 4 years) (total 8 years)."
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "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."
                },
                "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 combination extension period up to 4 years) (total 8 years)."
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Northumbrian Water's Full Operating Region (North & South)",
                "description": "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. 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.",
                "value": {
                    "amount": 160000000,
                    "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 combination extension period up to 4 years) (total 8 years)."
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "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."
                },
                "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 combination extension period up to 4 years) (total 8 years)."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45231110",
                        "description": "Pipelaying construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232400",
                        "description": "Sewer construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232410",
                        "description": "Sewerage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232452",
                        "description": "Drainage works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    }
                ],
                "deliveryLocation": {
                    "description": "North of Northumbrian Water Operating Region"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45231110",
                        "description": "Pipelaying construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232400",
                        "description": "Sewer construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232410",
                        "description": "Sewerage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232452",
                        "description": "Drainage works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    }
                ],
                "deliveryLocation": {
                    "description": "South of Northumbrian Water's Operating Region."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45231110",
                        "description": "Pipelaying construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232400",
                        "description": "Sewer construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232410",
                        "description": "Sewerage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232452",
                        "description": "Drainage works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northumbrian Water's Full Operating Region (North & South)"
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://s1.ariba.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "submissionTerms": {
            "depositsGuarantees": "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.",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "tendererLegalForm": "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."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "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."
            }
        },
        "tenderPeriod": {
            "endDate": "2024-07-19T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-COH-02366703",
            "name": "NORTHUMBRIAN WATER GROUP LIMITED",
            "identifier": {
                "legalName": "NORTHUMBRIAN WATER GROUP LIMITED",
                "id": "02366703",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Northumbria House,Abbey Road, Pity Me",
                "locality": "DURHAM",
                "region": "UKC",
                "postalCode": "DH15FJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Philippa Longstaff",
                "email": "amp8procurement@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-53532",
            "name": "NWL Legal Department",
            "identifier": {
                "legalName": "NWL Legal Department"
            },
            "address": {
                "streetAddress": "Northumbrian Water Limited, Abbey Road, Pity Me",
                "locality": "Durham",
                "postalCode": "DH1 5FJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-02366703",
        "name": "NORTHUMBRIAN WATER GROUP LIMITED"
    },
    "language": "en"
}