Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 238-434848/EN)
Nature of contract: Service contract
Procedure: Negotiated procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid
Contract notice
Services
Directive 2004/17/EC
Section I: Contracting authority/entity
I.1) Name addresses and contact point(s):
Northumbrian Water Limited
Boldon House, Wheatlands Way, Pity Me
Durham
Postal code: DH1 5FA
United Kingdom
Contact points(s): Northumbrian Water Ltd
For the attention of: John Murray
Phone: +44 1913016678
Email: amp6nim@nwl.co.uk
Internet Address(es):
General address of the contracting authority: www.nwl.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Main activity:
Water
I.3) Contract award on behalf of other contracting authorities/entities:
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
NW1765 Building and Condition Surveys.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: This work could be carried out under any of the Northumbrian water and Essex and Suffolk Water operating areas — The North East of England, Essex and Suffolk.
Nuts code: UKC, UKH3, UKH14
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement in years: 5
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 550 000 and 950 000 GBP
II.1.5) Short description of the specific contract:
NWG are looking for expressions of interest to join our framework for building and condition surveys and associated services. The requirement will be split in 2 lots; 1 covering the Northumbrian Water Operating Area and 1 covering the Essex and Suffolk operating area.
The work includes but is not limited to condition surveys and inspections of buildings, roads and civil structures on NWL operational and non-operational sites.
For larger scale refurbishment or new build construction works, this may require the provision of both pre and post contract services. Health and safety requirements may require the provision of CDM duties as required. There is no guaranteed level of work under this framework agreement.
Please see the additional information in section VI.3) to find out how to express an interest.
II.1.6) Common procurement vocabulary (CPV): 71315300,71324000,71321000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots:yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The services required under this framework include but is not limited to the provision of core building surveying services including: building surveys, dilapidation assessments, defects diagnosis, refurbishment and repair advice, remediation projects and specialist advice on Northumbrian Water Ltd (NWL) operational and non-operational sites. The services also include the management of maintenance services for NWL’s Residential Portfolio (in Northumbrian Water Operating Area Lot only) and this includes the provision of a help desk facility for tenants to report repairs (both in hours and out of hours for emergencies). The consultants appointed may also support NWL in negotiation with private land and property owners and occupiers.
For minor works, where appropriate for each site, a detailed asset survey report is provided to identify any repairs, possible causes and required remedial works (including quantities). This includes recommendations for timescales for completion and the production of costed estimates for each repair.
For larger scale refurbishment or new build construction works, the scope includes provision of contract services. Typically this includes the pre-contract preparation of designs, specifications, working drawings, tender estimates, bills of quantities, tender documents and tender assessment. Contract duties typically include contract administration, site supervision, cost control and payment certification, final accounts on completion and may include the provision of CDM duties as required.
The full scope of services will be detailed in the Pre-Qualification Questionnaire (PQQ).
Range: between 550 000 and 950 000 GBP
II.2.2) Information about options:
Options: yes
Description of these options: The duration of the framework is 3 years with options to extend for a further 2 years dependent upon business needs, markets and performance and will be subject to regular reviews.The Contracting Entity reserves the option to remove permanently or suspend any contractor at any time who falls below acceptable standards of performance in any respect.
Provisional timetable for recourse to these options: in months: 120 (from the award of the contract): 36
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion:
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: NW1765 Building and Condition Surveys for Northumbrian Water Operating Area — Lot 1
1) Short description: NWG are looking for expressions of interest to join our framework for building and condition surveys and associated services.
The work includes but is not limited to condition surveys and inspections of buildings, roads and civil structures on NWL operational and non-operational sites.
For larger scale refurbishment or new build construction works, this may require the provision of both pre and post contract services. Health and safety requirements may require the provision of CDM duties as required. There is no guaranteed level of work under this framework agreement.
2) Common procurement vocabulary (CPV): 71315300,71324000,71321000
3) Quantity or scope:
The services required under this framework include but is not limited to the provision of core building surveying services including: building surveys, dilapidation assessments, defects diagnosis, refurbishment and repair advice, remediation projects and specialist advice on Northumbrian Water Ltd (NWL) operational and non-operational sites. The services also include the management of maintenance services for NWL’s Residential Portfolio in the Northumbrian Water Operating Area and this includes the provision of a help desk facility for tenants to report repairs (both in hours and out of hours for emergencies). The consultants appointed may also support NWL in negotiation with private land and property owners and occupiers.For minor works, where appropriate for each site, a detailed asset survey report is provided to identify any repairs, possible causes and required remedial works (including quantities). This includes recommendations for timescales for completion and the production of costed estimates for each repair.For larger scale refurbishment or new build construction works, the scope includes provision of contract services. Typically this includes the pre-contract preparation of designs, specifications, working drawings, tender estimates, bills of quantities, tender documents and tender assessment. Contract duties typically include contract administration, site supervision, cost control and payment certification, final accounts on completion and may include the provision of CDM duties as required.
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 36 (from the award of the contract)
5) Additional information about lots:
It is envisaged to appoint up to a maximum of two suppliers to this Lot.No work is guaranteed under this framework. All figures provided are estimates and should not be relied upon. In addition work volume may vary annually depending on the inspections required and when they were last completed.
Lot No: 2; Lot title: NW1765 Building and Condition Surveys for Essex and Suffolk Water Operating Area — Lot 2
1) Short description: NWG are looking for expressions of interest to join our framework for building and condition surveys and associated services.
The work includes but is not limited to condition surveys and inspections of buildings, roads and civil structures on NWL operational and non-operational sites.
For larger scale refurbishment or new build construction works, this may require the provision of both pre and post contract services. Health and safety requirements may require the provision of CDM duties as required. There is no guaranteed level of work under this framework agreement.
2) Common procurement vocabulary (CPV): 71315300,71324000,71321000
3) Quantity or scope:
The services required under this framework include but is not limited to the provision of core building surveying services including: building surveys, dilapidation assessments, defects diagnosis, refurbishment and repair advice, remediation projects and specialist advice on Northumbrian Water Ltd (NWL) operational and non-operational sites. The consultants appointed may also support NWL in negotiation with private land and property owners and occupiers.For minor works, where appropriate for each site, a detailed asset survey report is provided to identify any repairs, possible causes and required remedial works (including quantities). This includes recommendations for timescales for completion and the production of costed estimates for each repair.For larger scale refurbishment or new build construction works, the scope includes provision of contract services. Typically this includes the pre-contract preparation of designs, specifications, working drawings, tender estimates, bills of quantities, tender documents and tender assessment. Contract duties typically include contract administration, site supervision, cost control and payment certification, final accounts on completion and may include the provision of CDM duties as required.
5) Additional information about lots:
It is envisaged to appoint a maximum of 1 supplier to this lot.No work is guaranteed under this framework. All figures provided are estimates and should not be relied upon. In addition work volume may vary annually depending on the inspections required and when they were last completed.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Performance Bonds, Parent Company Guarantees or other forms of appropriate security may be required. This will be advised if invited to tender.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be advised if invited to tender.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability agreement under English Law with designated lead entity.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: These will be set out in the Prequalification documentation.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: These will be set out in the Prequalification documentation.
III.2.3) Technical capacity:
Information and formalities necessary for evaluating if the requirements are met:These will be set out in the Prequalification documentation.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
NEGOTIATED
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): NO
IV.2) Award criteria
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
NW1765
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
05.01.2017 – 16:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.6) Minimum time frame during which the tenderer must maintain the tender:
IV.3.7) Conditions for opening of tenders
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information:
Applicants are asked to note that this procurement process will be conducted electronically with all documents and communication being managed through the Northumbrian Water e sourcing spend management portal hosted by Ariba. Expression of interest must be sent to the email address amp6nim@nwl.co.uk before the deadline date of the 5.1.2017 at 16:00. No further information will be provided to you when you express an interest until after the closing date (5.1.2017). Once all expressions of interests are received we will then add you to Ariba and we will issue the Pre-Qualification Questionnaire (Please note this will not be until after the 5.1.2017 deadline).
When sending your expression on interest, applicants must provide the following information
1) Full name of the company;
2) Main contact details of the person to be given access to the Ariba portal — name, job title, email address, telephone number;
3) Lot(s) you are interested in (Northumbrian Water Operating Area or Essex and Suffolk Operating Area or Both).
VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice: 07.12.2016