Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Living Water Enterprise

  • First published: 17 April 2024
  • Last modified: 17 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03c3a9
Published by:
NORTHUMBRIAN WATER GROUP LIMITED
Authority ID:
AA80781
Publication date:
17 April 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Delivering Northumbrian Water Limited's (NWL) AMP8 programme, and beyond, will require a step change in how we collaborate, manage risk and co-ordinate our capital investment. We have developed a clear vision and process for how we want to deliver our plan and our ambitious transformation programme to implement this roadmap has already commenced with the award of framework agreements for professional services contracts. These lay the foundations for our new supply chain landscape or 'Living Water Ecosystem'.

This award notice is in relation to the Living Water Enterprise. A separate notice for the Wider Ecosystem lots (FA08-02) will be published on completion of that procurement process.

The majority of NWL's complex long cycle programmes will be delivered by the Living Water Enterprise (LWE). It's a fully integrated, highly collaborative delivery vehicle which works seamlessly to achieve the best overall business outcomes.

The LWE will:

• Think and act as a single entity, focused on outcomes and mutual goals;

• Incentivise performance to make sure collective success is the priority, not financial returns for any individual party;

• Embed TOTEX principles across the LWE from the outset;

• Place Delivery Optimisation as one of its key priorities and will consider this at a programme level to so that we operate a best athlete principle rather than rigid supplier boundaries.

NWL have appointed a number of suppliers to the following lots:

Living Water Enterprise Lots FA08-01

- Lot A - Infrastructure (North East)

- Lot B - Treatment (North East)

- Lot C - Treatment (Essex & Suffolk)

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

2366703

Northumbria House,Abbey Road, Pity Me

DURHAM

DH15FJ

UK

E-mail: amp8procurement@nwl.co.uk

NUTS: UKC14

Internet address(es)

Main address: https://www.nwl.co.uk/

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Living Water Enterprise

Reference number: FA08-01

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Delivering Northumbrian Water Limited's (NWL) AMP8 programme, and beyond, will require a step change in how we collaborate, manage risk and co-ordinate our capital investment. We have developed a clear vision and process for how we want to deliver our plan and our ambitious transformation programme to implement this roadmap has already commenced with the award of framework agreements for professional services contracts. These lay the foundations for our new supply chain landscape or 'Living Water Ecosystem'.

This award notice is in relation to the Living Water Enterprise. A separate notice for the Wider Ecosystem lots (FA08-02) will be published on completion of that procurement process.

The majority of NWL's complex long cycle programmes will be delivered by the Living Water Enterprise (LWE). It's a fully integrated, highly collaborative delivery vehicle which works seamlessly to achieve the best overall business outcomes.

The LWE will:

• Think and act as a single entity, focused on outcomes and mutual goals;

• Incentivise performance to make sure collective success is the priority, not financial returns for any individual party;

• Embed TOTEX principles across the LWE from the outset;

• Place Delivery Optimisation as one of its key priorities and will consider this at a programme level to so that we operate a best athlete principle rather than rigid supplier boundaries.

NWL have appointed a number of suppliers to the following lots:

Living Water Enterprise Lots FA08-01

- Lot A - Infrastructure (North East)

- Lot B - Treatment (North East)

- Lot C - Treatment (Essex & Suffolk)

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: FA08-01A

II.2.1) Title

Infrastructure (North East)

II.2.2) Additional CPV code(s)

45231300

45232100

45232130

45232150

45232151

45232400

45232410

45232411

45232420

45232424

65100000

II.2.3) Place of performance

NUTS code:

UKC


Main site or place of performance:

Northumbrian Water Operating Area in the North East of England

II.2.4) Description of the procurement

Enterprise Lot A - Infrastructure (North East):

The Client has appointed Enterprise design & construct (D&C) Contractors in the Northumbrian Water operating area to deliver infrastructure projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water Living Water Enterprise, working alongside other strategic partners to act as a single entity focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Enterprise D&C partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the region.

The scope of work includes design, construction and commissioning of new water and wastewater infrastructure assets, asset renewals, asset modifications and refurbishments.

It will involve programmes of investigation and delivery work by asset, work type, geography and / or by specialism. These programmes will involve mainly infrastructure works; and can be district to regional wide; multiple small to medium scale, MEICA and civil interventions; small groups of medium sized and / or medium complex projects and or an individual complex larger project. There will be throughout the duration of the Framework Agreement small, medium or large urgent or emerging issues of a more business critical nature which may need to be investigated and then delivered on an individual basis. The Enterprise D&C partner will perform a pivotal role in delivering Northumbrian Water's commitments under the Water Industry Environmental Programme (WINEP).

WINEP is a national programme for all the water only and water and wastewater companies. Work scope will include investigations, monitoring, options appraisals and projects to drive improvements and prevent deterioration and protect the water environment.

Scope of this framework may include and is not limited to:

Storm Overflow spill reductions to comply with new legislative requirements as translated into the government's storm overflow discharge reduction plan and Environment Agency WINEP guidance. The Clients PR24 plan is to improve priority overflows to meet 'harm' and public health targets. The scope will include but not be limited to the design and installation of singular & multiple solutions for:

• Surface water separation;

• Upsizing of combined sewers;

• Off-line and on-line underground tank solutions;

• Design and installation of nature-based solutions;

• Rainwise solutions working with the community, e.g., SUDS for schools, enhancing 'blue/ green' spaces;

• Installation of screening controls;

• Smart Network controls with multiple solution types.

Within the Clients PR24 Plan there is a requirement for monitoring programmes, the scope for this will include the design and installation of monitors on the permitted emergency overflows on the sewage network pumping stations.

Northumbria Integrated Drainage Partnership (NIDP) is a partnership approach to strategic drainage area planning in the Northeast. Candidate lists of projects are selected for the delivery of jointly funded studies that are agreed on an annual basis. Currently a 10-year programme is at mid-point. The scope will include delivery of design and construction of the projects selected and the Client's funding is based on benefits gained. Primary drivers for the outcomes are solutions to repeat sewer flooding, internal and external flooding incidents. There will be opportunities in NIDP for storm overflow spill reductions.

Other areas of scope may include but not be limited to:

• Flood alleviation and pollution remediation projects.

• Strategic water mains diversions

• Potable water service reservoir renewals and replacements programme

• Reservoir act compliance for Impounding reservoirs

II.2.11) Information about options

Options: Yes

Description of options:

7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: FA08-01B

II.2.1) Title

Treatment (North East)

II.2.2) Additional CPV code(s)

45232152

45232420

45232421

45232422

45232423

45232424

45232430

45232431

45252100

45252120

45252126

45252127

45252140

45259100

65100000

II.2.3) Place of performance

NUTS code:

UKC


Main site or place of performance:

Northumbrian Water Operating Area in the North East of England

II.2.4) Description of the procurement

Enterprise Lot B - Treatment (North East)

The Client has appointed Enterprise D&C Contractors in the Northumbrian Water Operating area to deliver infrastructure and treatment projects across its capital investment programme. The Contractors will become partners as part of the Northumbrian Water Living Water Enterprise, working alongside other strategic partners to act as a single entity focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Enterprise D&C partners will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the region.

The scope of work includes design, construction and commissioning of new water and wastewater treatment assets, asset renewals, asset modifications, refurbishments and extensions to treatment works.

It will involve programmes of investigation and delivery work by asset, work type, geography and / or by specialism. These programmes will involve mainly non-infrastructure works; and can be district to regional wide; multiple small to medium scale, MEICA and civil interventions; small groups of medium sized and / or medium complex projects and or an individual complex larger project. Throughout the duration of the Framework Agreement there will be small, medium or large urgent or emerging issues of a more business critical nature which may need to be investigated and then delivered on an individual basis. The Enterprise D&C partner will perform a pivotal role in delivering Northumbrian Water's commitments under the Water Industry National Environment Programme (WINEP), Water Resource Management Plan and Drainage and Wastewater Management Plan, and selected large scale enhancement schemes to secure water supply to customers and protect and enhance the environment. This will include but will not be limited to:

• River Water Quality Monitoring

• Bioresources

• Water Framework Directive

• Catchment Offsetting (Outfall and nature-based solutions)

• Sludge

• STW and WTW Refurbishments

• Drainage Wastewater Management Plans (Dry Weather Flows)

• Septic Tanks

II.2.11) Information about options

Options: Yes

Description of options:

7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: FA08-01C

II.2.1) Title

Treatment (Essex & Suffolk)

II.2.2) Additional CPV code(s)

45231300

45232100

45232130

45232150

45232151

45232152

45232430

45252120

45252126

65100000

II.2.3) Place of performance

NUTS code:

UKH14

UKH3


Main site or place of performance:

Essex & Suffolk Water Operating Area in the South-East of England

II.2.4) Description of the procurement

Enterprise Lot C - Treatment (Essex & Suffolk)

The Client has appointed an Enterprise D&C Contractor in the Essex & Suffolk operating areas to deliver infrastructure and treatment projects across its capital investment programme. The Contractor will become a partner as part of the Northumbrian Water Living Water Enterprise, working alongside other strategic partners to act as a single entity focused on outcomes and mutual goals placing optimised delivery as one of its key priorities. The Enterprise D&C partner will embrace collaboration, drive and promote best practice, engender an environment of continuous learning and improvement whilst efficiently delivering the investment portfolio across the two operating regions.

The scope of work includes the design, construction and commissioning of new water treatment assets, asset renewals, asset modifications, refurbishments and extensions to treatment works and the installation of strategic mains. The split of this work will predominantly be non-infrastructure although the Client is looking to engage a partner with the capability to complete infrastructure and treatment work types.

It will involve programmes of investigation and delivery work by asset, work type, geography and / or by specialism. These programmes will involve mainly non-infrastructure works; and can be district to regional wide; multiple small to medium scale, MEICA and civil interventions; small groups of medium sized and / or medium complex projects and or an individual complex larger project. Throughout the duration of the Framework Agreement there will be small, medium or large urgent or emerging issues of a more business critical nature which may need to be investigated and then delivered on an individual basis. The Enterprise D&C partner will perform a pivotal role in delivering Northumbrian Water's commitments under the Water Resource Management Plan. Selected large scale enhancement schemes to secure water supply to customers and protect and enhance the environment include, but are not limited to:

• Water Resource Management Plan Interventions

• Ground Water Installations

• WTW Refurbishments

• Strategic Main installations

• Enhancement Schemes

• Reservoir and storage tank construction

II.2.11) Information about options

Options: Yes

Description of options:

7 year Framework Agreement, with a potential to extend by negotiation with the supplier(s) for a further period of 5 years (12 in total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-019533

Section V: Award of contract

Lot No: FA08-01A

Title: Living Water Enterprise - Infrastructure (North East)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/01/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Esh Stantec Limited

09785789

Durham

UK

NUTS: UKC14

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: FA08-01A

Title: Living Water Enterprise - Infrastructure (North East)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/01/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Avove Limited

02578069

Chorley

UK

NUTS: UKD4

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: FA08-01A

Title: Living Water Enterprise - Infrastructure (North East)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/01/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Northstone (NI) Limited

NI004078

Belfast

UK

NUTS: UKN

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: FA08-01B

Title: Living Water Enterprise - Treatment (North East)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/01/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Costain Limited

00610201

Maidenhead

UK

NUTS: UKJ1

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: FA08-01B

Title: Living Water Enterprise - Treatment (North East)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/01/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Mott MacDonald Bentley Ltd

03827321

Skipton

UK

NUTS: UKE2

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: FA08-01B

Title: Living Water Enterprise - Treatment (North East)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/01/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

BAM Nuttall Limited

00305189

Camberley

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: FA08-01C

Title: Living Water Enterprise - Treatment (Essex & Suffolk)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/01/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

MWH Treatment Limited

01535477

Cheshire

UK

NUTS: UKD6

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Please note Kier Integrated Services Limited, has been selected as a Reserve Contractor for the Living Water Enterprise.

VI.4) Procedures for review

VI.4.1) Review body

TBC

TBC

UK

VI.5) Date of dispatch of this notice

16/04/2024

Coding

Commodity categories

ID Title Parent category
45232100 Ancillary works for water pipelines Ancillary works for pipelines and cables
45000000 Construction work Construction and Real Estate
45231300 Construction work for water and sewage pipelines Construction work for pipelines, communication and power lines
45252126 Drinking-water treatment plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45232411 Foul-water piping construction work Ancillary works for pipelines and cables
45232152 Pumping station construction work Ancillary works for pipelines and cables
45232424 Sewage outfall construction work Ancillary works for pipelines and cables
45232423 Sewage pumping stations construction work Ancillary works for pipelines and cables
45232421 Sewage treatment works Ancillary works for pipelines and cables
45232420 Sewage work Ancillary works for pipelines and cables
45252100 Sewage-treatment plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45232400 Sewer construction work Ancillary works for pipelines and cables
45232410 Sewerage work Ancillary works for pipelines and cables
45252140 Sludge-dewatering plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45232422 Sludge-treatment works Ancillary works for pipelines and cables
45232130 Storm-water piping construction work Ancillary works for pipelines and cables
45232431 Wastewater pumping station Ancillary works for pipelines and cables
45252127 Wastewater treatment plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45259100 Wastewater-plant repair and maintenance work Repair and maintenance of plant
65100000 Water distribution and related services Public utilities
45232151 Water-main refurbishment construction work Ancillary works for pipelines and cables
45252120 Water-treatment plant construction work Construction works for sewage treatment plants, purification plants and refuse incineration plants
45232430 Water-treatment work Ancillary works for pipelines and cables
45232150 Works related to water-distribution pipelines Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
amp8procurement@nwl.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.