Tender

IF107 - Water Rehabilitation Integrated Partnership Framework

  • NI Water and its subsidiaries

F05: Contract notice – utilities

Notice identifier: 2022/S 000-020665

Procurement identifier (OCID): ocds-h6vhtk-033483

Published 28 July 2022, 3:38pm



Section one: Contracting entity

one.1) Name and addresses

NI Water and its subsidiaries

Westland House

Belfast

BT14 6TE

Contact

epprocurementteamniwater.com

Email

epprocurementteam@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

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