Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 5

Status Active

Published 5th Sep 2023

Tender Details
Referenceocds-h6vhtk-03dee2
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£800,000,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 5

Status Active

Published 5th Sep 2023

Tender Details
Referenceocds-h6vhtk-03dee2
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£800,000,000

Section I: Contracting entity

I.1) Name and addresses

NI Water and its subsidiaries

Westland House

Belfast

BT14 6TE

Contact

Capital Procurement Team

Email

ep.procurementteam [at] niwater.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

IF182 - Professional Services Framework

II.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

II.1.3) Type of contract

Services

II.1.4) Short description

NI Water (NIW) has identified the need for a Professional Services Framework consisting of five Lots and with multiple Economic Operators (Suppliers) to enable the efficient delivery of the capital works programme and consultancy services associated with delivery of normal services of NI Water. It will facilitate the provision for framework management including feasibility, design and climate change; surveying and modelling; project management; site supervision; programme management office services and innovation and efficiency services for projects from inception through to construction stages of the capital works programme.

II.1.5) Estimated total value

Value excluding VAT: £800,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

Maximum number of lots that may be awarded to one tenderer: 5

II.2) Description

II.2.1) Title

NEC Site Supervisors (Civil and MEICA)

Lot No

1

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71248000 - Supervision of project and documentation
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71334000 - Mechanical and electrical engineering services
  • 71336000 - Engineering support services
  • 71350000 - Engineering-related scientific and technical services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71351611 - Climatology services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN06 - Belfast
  • UKN07 - Armagh City, Banbridge and Craigavon
  • UKN08 - Newry, Mourne and Down
  • UKN09 - Ards and North Down
  • UKN0A - Derry City and Strabane
  • UKN0B - Mid Ulster
  • UKN0C - Causeway Coast and Glens
  • UKN0D - Antrim and Newtownabbey
  • UKN0E - Lisburn and Castlereagh
  • UKN0F - Mid and East Antrim
  • UKN0G - Fermanagh and Omagh
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

NI Water (NIW) has identified the need for a Professional Services Framework consisting of five Lots and with multiple Economic Operators (Suppliers) to enable the efficient delivery of the capital works programme and consultancy services associated with delivery of normal services of NI Water. It will facilitate the provision for framework management including feasibility, design and climate change; surveying and modelling; project management; site supervision; programme management office services and innovation and efficiency services for projects from inception through to construction stages of the capital works programme.

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: £16,000,000

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 term of the Framework shall be for an initial term of four (4) years and can be extended at the sole discretion of NIW for a second and third term of two (2) years respectively. The term of the framework shall not exceed 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

This Framework includes EU funding work for NI Water as the lead Procurement authority and may include ESIF funded projects through Special EU Programmes Body (SEUPB) as a sole client or as part of an inter-agency or joint agency project. This partnership is between the European Union, the United Kingdom and Ireland Governments, and the Northern Ireland Executive and administered by the SEUPB.

II.2) Description

II.2.1) Title

NEC Project Managers

Lot No

2

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71248000 - Supervision of project and documentation
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71334000 - Mechanical and electrical engineering services
  • 71336000 - Engineering support services
  • 71350000 - Engineering-related scientific and technical services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71351611 - Climatology services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN06 - Belfast
  • UKN07 - Armagh City, Banbridge and Craigavon
  • UKN08 - Newry, Mourne and Down
  • UKN09 - Ards and North Down
  • UKN0A - Derry City and Strabane
  • UKN0B - Mid Ulster
  • UKN0C - Causeway Coast and Glens
  • UKN0D - Antrim and Newtownabbey
  • UKN0E - Lisburn and Castlereagh
  • UKN0F - Mid and East Antrim
  • UKN0G - Fermanagh and Omagh
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

NI Water (NIW) has identified the need for a Professional Services Framework consisting of five Lots and with multiple Economic Operators (Suppliers) to enable the efficient delivery of the capital works programme and consultancy services associated with delivery of normal services of NI Water. It will facilitate the provision for framework management including feasibility, design and climate change; surveying and modelling; project management; site supervision; programme management office services and innovation and efficiency services for projects from inception through to construction stages of the capital works programme.

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: £40,000,000

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 term of the Framework shall be for an initial term of four (4) years and can be extended at the sole discretion of NIW for a second and third term of two (2) years respectively. The term of the framework shall not exceed 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

This Framework includes EU funding work for NI Water as the lead Procurement authority and may include ESIF funded projects through Special EU Programmes Body (SEUPB) as a sole client or as part of an inter-agency or joint agency project. This partnership is between the European Union, the United Kingdom and Ireland Governments, and the Northern Ireland Executive and administered by the SEUPB.

II.2) Description

II.2.1) Title

Feasibility, Design and Climate Change

Lot No

3

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71248000 - Supervision of project and documentation
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71334000 - Mechanical and electrical engineering services
  • 71336000 - Engineering support services
  • 71350000 - Engineering-related scientific and technical services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71351611 - Climatology services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN06 - Belfast
  • UKN07 - Armagh City, Banbridge and Craigavon
  • UKN08 - Newry, Mourne and Down
  • UKN09 - Ards and North Down
  • UKN0A - Derry City and Strabane
  • UKN0B - Mid Ulster
  • UKN0C - Causeway Coast and Glens
  • UKN0D - Antrim and Newtownabbey
  • UKN0E - Lisburn and Castlereagh
  • UKN0F - Mid and East Antrim
  • UKN0G - Fermanagh and Omagh
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

NI Water (NIW) has identified the need for a Professional Services Framework consisting of five Lots and with multiple Economic Operators (Suppliers) to enable the efficient delivery of the capital works programme and consultancy services associated with delivery of normal services of NI Water. It will facilitate the provision for framework management including feasibility, design and climate change; surveying and modelling; project management; site supervision; programme management office services and innovation and efficiency services for projects from inception through to construction stages of the capital works programme.

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: £640,000,000

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 term of the Framework shall be for an initial term of four (4) years and can be extended at the sole discretion of NIW for a second and third term of two (2) years respectively. The term of the framework shall not exceed 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 12

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

This Framework includes EU funding work for NI Water as the lead Procurement authority and may include ESIF funded projects through Special EU Programmes Body (SEUPB) as a sole client or as part of an inter-agency or joint agency project. This partnership is between the European Union, the United Kingdom and Ireland Governments, and the Northern Ireland Executive and administered by the SEUPB

II.2) Description

II.2.1) Title

Capital Programme Management Office Services

Lot No

4

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71248000 - Supervision of project and documentation
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71334000 - Mechanical and electrical engineering services
  • 71336000 - Engineering support services
  • 71350000 - Engineering-related scientific and technical services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71351611 - Climatology services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN06 - Belfast
  • UKN07 - Armagh City, Banbridge and Craigavon
  • UKN08 - Newry, Mourne and Down
  • UKN09 - Ards and North Down
  • UKN0A - Derry City and Strabane
  • UKN0B - Mid Ulster
  • UKN0C - Causeway Coast and Glens
  • UKN0D - Antrim and Newtownabbey
  • UKN0E - Lisburn and Castlereagh
  • UKN0F - Mid and East Antrim
  • UKN0G - Fermanagh and Omagh
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

NI Water (NIW) has identified the need for a Professional Services Framework consisting of five Lots and with multiple Economic Operators (Suppliers) to enable the efficient delivery of the capital works programme and consultancy services associated with delivery of normal services of NI Water. It will facilitate the provision for framework management including feasibility, design and climate change; surveying and modelling; project management; site supervision; programme management office services and innovation and efficiency services for projects from inception through to construction stages of the capital works programme.

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

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 term of the Framework shall be for an initial term of four (4) years and can be extended at the sole discretion of NIW for a second and third term of two (2) years respectively. The term of the framework shall not exceed 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

This Framework includes EU funding work for NI Water as the lead Procurement authority and may include ESIF funded projects through Special EU Programmes Body (SEUPB) as a sole client or as part of an inter-agency or joint agency project. This partnership is between the European Union, the United Kingdom and Ireland Governments, and the Northern Ireland Executive and administered by the SEUPB.

II.2) Description

II.2.1) Title

Innovation and Efficiency

Lot No

5

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71248000 - Supervision of project and documentation
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71334000 - Mechanical and electrical engineering services
  • 71336000 - Engineering support services
  • 71350000 - Engineering-related scientific and technical services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71351611 - Climatology services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN06 - Belfast
  • UKN07 - Armagh City, Banbridge and Craigavon
  • UKN08 - Newry, Mourne and Down
  • UKN09 - Ards and North Down
  • UKN0A - Derry City and Strabane
  • UKN0B - Mid Ulster
  • UKN0C - Causeway Coast and Glens
  • UKN0D - Antrim and Newtownabbey
  • UKN0E - Lisburn and Castlereagh
  • UKN0F - Mid and East Antrim
  • UKN0G - Fermanagh and Omagh
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

NI Water (NIW) has identified the need for a Professional Services Framework consisting of five Lots and with multiple Economic Operators (Suppliers) to enable the efficient delivery of the capital works programme and consultancy services associated with delivery of normal services of NI Water. It will facilitate the provision for framework management including feasibility, design and climate change; surveying and modelling; project management; site supervision; programme management office services and innovation and efficiency services for projects from inception through to construction stages of the capital works programme.

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: £24,000,000

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 term of the Framework shall be for an initial term of four (4) years and can be extended at the sole discretion of NIW for a second and third term of two (2) years respectively. The term of the framework shall not exceed 8 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

This Framework includes EU funding work for NI Water as the lead Procurement authority and may include ESIF funded projects through Special EU Programmes Body (SEUPB) as a sole client or as part of an inter-agency or joint agency project. This partnership is between the European Union, the United Kingdom and Ireland Governments, and the Northern Ireland Executive and administered by the SEUPB.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 23

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-019086

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

12 October 2023

Local time

3:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 December 2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 10 January 2024


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This Framework Agreement has been set up by NI Water and it is envisaged that it can be used by NIW’s subsidiaries and other participating authorities including: Agri-Food and Biosciences Institute NI; Department for Infrastructure NI; Department of Agriculture Environment and Rural Affairs NI; Northern Ireland Environment Agency and Special EU Programmes Body.. . Please note that this opportunity may be subject to EU funding and is therefore advertised in the OJEU. However, the place of performance of the framework agreement is in Northern Ireland, United Kingdom. The estimated values of this Framework and its Lots are in GBP. The values published in the OJEU notice are in equivalent EUR, having been calculated using the European Central Bank’s Euro foreign exchange reference rates, which were accurate at the date of dispatch of that notice.

VI.4) Procedures for review

VI.4.1) Review body

High Courts of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JU

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Courts of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JU

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

High Courts of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JU

Country

United Kingdom