Tender

C1099 - Mechanical Installation, Repair and Maintenance

  • NI Water and its subsidiaries

F05: Contract notice – utilities

Notice identifier: 2021/S 000-023371

Procurement identifier (OCID): ocds-h6vhtk-02e2be

Published 20 September 2021, 5:15pm



Section one: Contracting entity

one.1) Name and addresses

NI Water and its subsidiaries

Westland House

Belfast

BT14 6TE

Contact

Dean Campbell

Email

sourcing@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/

Additional information can be obtained from the above-mentioned address

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

C1099 - Mechanical Installation, Repair and Maintenance

two.1.2) Main CPV code

  • 71333000 - Mechanical engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

A summary of the scope is as follows:- Mechanical installation, planned and reactive repair/ maintenance. This will include, but not limited to; General mechanical installation including upgrade across NI Water’s wide range of assets and equipment (e.g. depots, pumping stations, industrial workshops, chemical stores, treatment works and those assets listed in b. below etc.) in accordance with all current legislation/ regulations, WIMES specifications, manufacturer recommendations etc. Appendix 4 – Experience Table sets out a sample list of equipment/assets within NI Water. Planned and reactive mechanical maintenance/ repair across NI Water’s wide range of assets and equipment (e.g. pumps, screening equipment, RBC’s, compressors and blowers, vacuum systems, valves and pipework, gearboxes, fabrication, machining, mixers, macerators, structures etc.) of wide variety of makes and models of equipment in accordance with all current legislation/ regulations, WIMES specifications, manufacturer recommendations etc. Appendix 4 – Experience Table sets out a sample list of equipment/assets. The successful Economic Operators will be required to have access to facilities and technical ability to install, strip, repair, machine and re-assemble the mechanical equipment listed above. This may include large pumps and structures where special lifting equipment may be required. Annual inspection and maintenance of NI Water’s workshop facilities/ equipment and craftsmen equipment as required by Provision and Use of Work Equipment Regulations (PUWER); Supply and repair of gearboxes in accordance with all current legislation/ regulations, WIMES specifications, manufacturer recommendations, other industry standards etc; Supply and delivery of mechanical consumables, sundries, spares and miscellaneous items including, but not limited to, bearings, transmission products, nuts and bolts, welding consumables, screening equipment spares and consumables (non-factored), RBC spares and consumables (factored and non-factored), pump spares and consumables (factored and non-factored), autogreasers, hand tools, seals, compressor spares and consumables (factored and non-factored), blower spares and consumables (factored and non-factored), pipework – all types etc. NI Water will require a province wide delivery to any NI Water site with various priorities. The successful Economic Operators will be required to establish supply chain arrangements to achieve this. NI Water reserves the right to instruct other NI Water appointed contractors to use this service for NI Water related work at agreed prices under the Contract; Special projects which may include, but not limited to - project management, energy efficiency projects, technical support/advice, site surveys, design services etc. This may apply to all site types including more complex mechanical installations/ site refurbishments; Any other mechanical installation, planned and reactive repair/ maintenance type work; Asset condition reporting; A programme/survey of facilities assets data collation and provision of relevant data; Provision of management information reports to NI Water.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 51120000 - Installation services of mechanical equipment
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 45350000 - Mechanical installations
  • 34320000 - Mechanical spare parts except engines and engine parts
  • 50531300 - Repair and maintenance services of compressors

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

A summary of the scope is as follows:- Mechanical installation, planned and reactive repair/ maintenance. This will include, but not limited to; General mechanical installation including upgrade across NI Water’s wide range of assets and equipment (e.g. depots, pumping stations, industrial workshops, chemical stores, treatment works and those assets listed in b. below etc.) in accordance with all current legislation/ regulations, WIMES specifications, manufacturer recommendations etc. Appendix 4 – Experience Table sets out a sample list of equipment/assets within NI Water. Planned and reactive mechanical maintenance/ repair across NI Water’s wide range of assets and equipment (e.g. pumps, screening equipment, RBC’s, compressors and blowers, vacuum systems, valves and pipework, gearboxes, fabrication, machining, mixers, macerators, structures etc.) of wide variety of makes and models of equipment in accordance with all current legislation/ regulations, WIMES specifications, manufacturer recommendations etc. Appendix 4 – Experience Table sets out a sample list of equipment/assets. The successful Economic Operators will be required to have access to facilities and technical ability to install, strip, repair, machine and re-assemble the mechanical equipment listed above. This may include large pumps and structures where special lifting equipment may be required. Annual inspection and maintenance of NI Water’s workshop facilities/ equipment and craftsmen equipment as required by Provision and Use of Work Equipment Regulations (PUWER); Supply and repair of gearboxes in accordance with all current legislation/ regulations, WIMES specifications, manufacturer recommendations, other industry standards etc; Supply and delivery of mechanical consumables, sundries, spares and miscellaneous items including, but not limited to, bearings, transmission products, nuts and bolts, welding consumables, screening equipment spares and consumables (non-factored), RBC spares and consumables (factored and non-factored), pump spares and consumables (factored and non-factored), autogreasers, hand tools, seals, compressor spares and consumables (factored and non-factored), blower spares and consumables (factored and non-factored), pipework – all types etc. NI Water will require a province wide delivery to any NI Water site with various priorities. The successful Economic Operators will be required to establish supply chain arrangements to achieve this. NI Water reserves the right to instruct other NI Water appointed contractors to use this service for NI Water related work at agreed prices under the Contract; Special projects which may include, but not limited to - project management, energy efficiency projects, technical support/advice, site surveys, design services etc. This may apply to all site types including more complex mechanical installations/ site refurbishments; Any other mechanical installation, planned and reactive repair/ maintenance type work; Asset condition reporting; A programme/survey of facilities assets data collation and provision of relevant data; Provision of management information reports to NI Water.

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: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial contract period of 3 years with the option to extend for 1+1 years

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: No

two.2.14) Additional information

Initial contract period of 3 years with the option to extend for 1+1 years


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

21 October 2021

Local time

12:00pm

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: 19 April 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Initial contract period of 3 years with the option to extend for 1+1 years

six.3) Additional information

Initial contract period of 3 years with the option to extend for 1+1 years

six.4) Procedures for review

six.4.1) Review body

Northern Ireland Water

Belfast

Country

United Kingdom