Section one: Contracting entity
one.1) Name and addresses
NI Water and its subsidiaries
Westland House
Belfast
BT14 6TE
Contact
epprocurementteamniwater.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
one.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 electronically via
https://etendersni.gov.uk/epps
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IF107 - Water Rehabilitation Integrated Partnership Framework
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
NI Water and its subsidiaries are procuring an Integrated Partnership framework for its capital works programme to deliver capital works for PC21 and PC27 split across 3 lots with capacity to deliver Major and Minor Watermains Rehabilitation projects, and Service Reservoir Rehabilitation. This framework is for a duration of four years with potential to extend for up to four years, approved on a biennial basis (4+2+2). The agreed PC21 determination value for these type of projects is in the range of £96m - £270m. It is proposed that the Framework Agreement will be based on the NEC4 Contract.
two.1.5) Estimated total value
Value excluding VAT: £270,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Economic Operators are entitled to submit tenders for one, several or for all lots of the Framework Agreement. However, Economic Operators can only be appointed to a maximum of two lots and in terms of the lot allocation, NI Water will not award the same Economic Operator or Group of Economic Operators a place on both Lots 1 and Lot 2. For example, if a bidder is successful on all three lots then it will be awarded a place on Lot 3 and also awarded a place on either Lot 1 or Lot 2 depending on their preference given in the tender response.
two.2) Description
two.2.1) Title
Watermains Major Rehabilitation
Lot No
1
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45220000 - Engineering works and construction works
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45262330 - Concrete repair work
- 45262370 - Concrete-coating work
- 76600000 - Pipeline-inspection services
- 44161000 - Pipelines
- 45231100 - General construction work for pipelines
two.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
two.2.4) Description of the procurement
NI Water and its subsidiaries are procuring an Integrated Partnership framework for its capital works programme to deliver capital works for PC21 and PC27 split across 3 lots with capacity to deliver Major and Minor Watermains Rehabilitation projects, and Service Reservoir Rehabilitation. This framework is for a duration of four years with potential to extend for up to four years, approved on a biennial basis (4+2+2). The agreed PC21 determination value for these type of projects is in the range of £96m - £270m. It is proposed that the Framework Agreement will be based on the NEC4 Contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.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
Framework may be used for European-funded contracts, e.g. InterRegs or equivalent.
two.2) Description
two.2.1) Title
Watermains Minor Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45220000 - Engineering works and construction works
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45262330 - Concrete repair work
- 45262370 - Concrete-coating work
- 76600000 - Pipeline-inspection services
- 44161000 - Pipelines
- 45231100 - General construction work for pipelines
two.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
two.2.4) Description of the procurement
NI Water and its subsidiaries are procuring an Integrated Partnership framework for its capital works programme to deliver capital works for PC21 and PC27 split across 3 lots with capacity to deliver Major and Minor Watermains Rehabilitation projects, and Service Reservoir Rehabilitation. This framework is for a duration of four years with potential to extend for up to four years, approved on a biennial basis (4+2+2). The agreed PC21 determination value for these type of projects is in the range of £96m - £270m. It is proposed that the Framework Agreement will be based on the NEC4 Contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £35,000,000
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.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
Framework may be used for European-funded contracts, e.g. InterRegs or equivalent.
two.2) Description
two.2.1) Title
Service Reservoir Rehabilitation
Lot No
3
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45220000 - Engineering works and construction works
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45262330 - Concrete repair work
- 45262370 - Concrete-coating work
- 76600000 - Pipeline-inspection services
- 44161000 - Pipelines
- 45231100 - General construction work for pipelines
two.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
two.2.4) Description of the procurement
NI Water and its subsidiaries are procuring an Integrated Partnership framework for its capital works programme to deliver capital works for PC21 and PC27 split across 3 lots with capacity to deliver Major and Minor Watermains Rehabilitation projects, and Service Reservoir Rehabilitation. This framework is for a duration of four years with potential to extend for up to four years, approved on a biennial basis (4+2+2). The agreed PC21 determination value for these type of projects is in the range of £96m - £270m. It is proposed that the Framework Agreement will be based on the NEC4 Contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £35,000,000
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.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
Framework may be used for European-funded contracts, e.g. InterRegs or equivalent.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Refer to PQQ documentation for rules and criteria.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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: 8
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-011750
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 September 2022
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 November 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 7 December 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JU
Country
United Kingdom
six.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
six.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