Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Northumbrian Water Ltd.
Northumbrian Water Limited, Boldon House, Wheatlands Way, Pity Me
For the attention of: The Contracts Procurement Manager
DH1 5FA Durham
UNITED KINGDOM
Telephone: +44 1913016678
E-mail:
Fax: +44 1913016269
Internet address(es):
General address of the contracting entity: www.nwl.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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.3)Contract award on behalf of other contracting entitiesThe 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 entity:Lowestoft customer centre - new build.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Main site or location of works, place of delivery or of performance: Lowestoft - Suffolk.
NUTS code UKH14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):Essex and Suffolk Water (as part of Northumbrian Water Limited) currently operate a Customer Centre at St Mary's in Lowestoft. This notice concerns the proposal to build a new customer centre on a plot of land in Lowestoft. The proposed new building would be a 2 storey structure of standard design and building fabric to blend in with the existing local environment. An Architect has been appointed to achieve full planning (RIBA Stage D) and will be novated to the successful contractor.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The scope of the work is to undertake the new build of a Customer Centre at Lowestoft. An Architect has been appointed to achieve full planning consent (RIBA Stage D) and the successful contractor will be required to manage the Design and Build of the new Customer Centre. The Architect will be novated to the successful contractor (the full range of the novated team will potentially include the Architect,M+E Eng, SE/Civils, Landscape, Breeam, Building Control, acoustician services).
The scheme is subject to NWL acquiring the land and obtaining necessary planning consents.
Estimated value excluding VAT: 4 200 000,00 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionStarting 1.4.2013 Completion 1.6.2014
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 maybe 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:Applicants must be able to offer a 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 registersInformation and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:NW1115
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documentsPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate26.9.2012 - 16:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:Applicants wishing to participate must register their interest to the Contracting Entity before the deadline stated in IV.3.4 and provide the following information.
1) Full company name;
2) Main contact details (name, job title, e-mail address, telephone number).
Applicants are asked to note that this procurement process will be managed electronically, with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management web-site hosted by Ariba. Access to the pre-qualification documents held in Ariba will be given after the deadline stated in IV.3.4.
All applicants, whether single applicants or part of a Joint Venture/Consortium, must request and submit their pre-qualification questionnaires on an individual basis, with reference made to the proposed Joint Venture/Consortium partners where this applies. Dates and estimated values shown in this Contract Notice are indicative only at this stage.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.9.2012