Opportunity

C1100 - Electrical, Instrumentation, Control and Automation (EICA) Installation, Repair and Maintenance

  • NI Water and its subsidiaries

F05: Contract notice – utilities

Notice reference: 2021/S 000-024145

Published 28 September 2021, 6:44pm



Section one: Contracting entity

one.1) Name and addresses

NI Water and its subsidiaries

Westland House

Belfast

BT14 6TE

Contact

sourcingniwater.com

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/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

C1100 - Electrical, Instrumentation, Control and Automation (EICA) Installation, Repair and Maintenance

two.1.2) Main CPV code

  • 71314100 - Electrical services

two.1.3) Type of contract

Services

two.1.4) Short description

A summary of the scope is as follows:- a) EICA Installation, Planned and Reactive Repair/ Maintenance. This will include, but not limited to; i. General EICA installation including upgrade across NI Water’s wide range of assets and equipment (e.g. offices, pumping stations, industrial workshops, chemical stores, treatment works etc.) in accordance with all current legislation/ regulations, WIMES specifications etc. ii. Planned and Reactive EICA maintenance and repair across NI Water’s wide range of assets and equipment (e.g. pumps, instrumentation, control and automation, analytical, screening equipment, flow meters etc.) of wide variety of makes and models of equipment. iii. Quoting for the remedial repair of C3 faults arising from NI Water’s electrical inspection and testing programme as required by BS7671 legislation. iv. Providing minor works certificates as required following any EICA installation, planned and reactive repair/ maintenance work. v. Portable Appliance Testing as required by The Electricity at Work Regulations. vi. Electrical Inspection and Testing in accordance with BS7671 b) Electrical actuator repair and maintenance including supplying of replacement actuators as required and any spare parts/ accessories. This may require Original Equipment Manufacturers (OEMs) or their nominated agency support. The majority of NI Water’s electric actuators are currently Rotork and Auma brands. c) Manufacture of, modification to and maintenance of MCC, instrument, leakage, telemetry, switchboard, control panels, central marshalling; power factor correction equipment, switchgear and any other panel types in accordance with all current legislation/ regulations, WIMES specifications etc. d) Supply, repair and rewinding of electric motors in accordance with all current legislation/ regulations, WIMES specifications etc. e) Supply and delivery of electrical consumables, power tools, sundries, spares and miscellaneous items including, but not limited to – cabling, wiring, trunking, conduit, electrical appliances, site security equipment, lighting, panel accessories, plugs, sockets etc. f) 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 EICA installations/ site refurbishments. g) Fixed gas detection systems - reporting, planned and reactive maintenance; h) Emergency lighting systems - reporting, planned and reactive maintenance; i) Premises lightning protection systems – surveying, planned and reactive maintenance; j) Any other EICA installation, planned and reactive repair/ maintenance type work within the scope of this contract. k) Asset condition reporting; l) A programme/survey of facilities assets data collation and provision of relevant data; m) Provision of emergency 1 hour response for Sydenham Waste Water Pumping Station (WWPS) as and when required; n) 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)

  • 31110000 - Electric motors
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45310000 - Electrical installation work
  • 31131100 - Actuators
  • 31211110 - Control panels
  • 50532400 - Repair and maintenance services of electrical distribution equipment

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:- a) EICA Installation, Planned and Reactive Repair/ Maintenance. This will include, but not limited to; i. General EICA installation including upgrade across NI Water’s wide range of assets and equipment (e.g. offices, pumping stations, industrial workshops, chemical stores, treatment works etc.) in accordance with all current legislation/ regulations, WIMES specifications etc. ii. Planned and Reactive EICA maintenance and repair across NI Water’s wide range of assets and equipment (e.g. pumps, instrumentation, control and automation, analytical, screening equipment, flow meters etc.) of wide variety of makes and models of equipment. iii. Quoting for the remedial repair of C3 faults arising from NI Water’s electrical inspection and testing programme as required by BS7671 legislation. iv. Providing minor works certificates as required following any EICA installation, planned and reactive repair/ maintenance work. v. Portable Appliance Testing as required by The Electricity at Work Regulations. vi. Electrical Inspection and Testing in accordance with BS7671 b) Electrical actuator repair and maintenance including supplying of replacement actuators as required and any spare parts/ accessories. This may require Original Equipment Manufacturers (OEMs) or their nominated agency support. The majority of NI Water’s electric actuators are currently Rotork and Auma brands. c) Manufacture of, modification to and maintenance of MCC, instrument, leakage, telemetry, switchboard, control panels, central marshalling; power factor correction equipment, switchgear and any other panel types in accordance with all current legislation/ regulations, WIMES specifications etc. d) Supply, repair and rewinding of electric motors in accordance with all current legislation/ regulations, WIMES specifications etc. e) Supply and delivery of electrical consumables, power tools, sundries, spares and miscellaneous items including, but not limited to – cabling, wiring, trunking, conduit, electrical appliances, site security equipment, lighting, panel accessories, plugs, sockets etc. f) 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 EICA installations/ site refurbishments. g) Fixed gas detection systems - reporting, planned and reactive maintenance; h) Emergency lighting systems - reporting, planned and reactive maintenance; i) Premises lightning protection systems – surveying, planned and reactive maintenance; j) Any other EICA installation, planned and reactive repair/ maintenance type work within the scope of this contract. k) Asset condition reporting; l) A programme/survey of facilities assets data collation and provision of relevant data; m) Provision of emergency 1 hour response for Sydenham Waste Water Pumping Station (WWPS) as and when required; n) 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

No

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

This contract is for 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

29 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: 27 April 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This contract is for 3 years with the option to extend for 1+1 years

six.4) Procedures for review

six.4.1) Review body

NI Water Ltd

Belfast

Country

United Kingdom