The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
FA08-03 - SEWERAGE REPAIR AND MAINTENANCE
Reference number: FA08-03
II.1.2) Main CPV code
45232410
II.1.3) Type of contract
Works
II.1.4) Short 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.
II.1.5) Estimated total value
Value excluding VAT:
160 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
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.
Lot No: 1
II.2.1) Title
North of Northumbrian Water Operating Region
II.2.2) Additional CPV code(s)
45231110
45232400
45232410
45232452
II.2.3) Place of performance
NUTS code:
UKC
Main site or place of performance:
North of Northumbrian Water Operating Region
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
80 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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).
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of 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).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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.
Lot No: 2
II.2.1) Title
South of Northumbrian Water's Operating Region
II.2.2) Additional CPV code(s)
45231110
45232400
45232410
45232452
II.2.3) Place of performance
NUTS code:
UKC
Main site or place of performance:
South of Northumbrian Water's Operating Region.
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
80 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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).
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of 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).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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.
Lot No: 3
II.2.1) Title
Northumbrian Water's Full Operating Region (North & South)
II.2.2) Additional CPV code(s)
45231110
45232400
45232410
45232452
II.2.3) Place of performance
NUTS code:
UKC
Main site or place of performance:
Northumbrian Water's Full Operating Region (North & South)
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
160 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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).
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of 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).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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.
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:
2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, e-mail address and telephone.