Section one: Contracting entity
one.1) Name and addresses
NI Water and its subsidiaries
Westland House
Belfast
BT14 6TE
Contact
Capital Procurement Team
ep.procurementteam@niwater.com
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IF182 - Professional Services Framework
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £800,000,000
two.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
two.2) Description
two.2.1) Title
NEC Site Supervisors (Civil and MEICA)
Lot No
1
two.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
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
Main site or place of performance
Northern Ireland
two.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.
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: £16,000,000
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: 8
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
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.
two.2) Description
two.2.1) Title
NEC Project Managers
Lot No
2
two.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
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
Main site or place of performance
Northern Ireland
two.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.
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
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: 8
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
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.
two.2) Description
two.2.1) Title
Feasibility, Design and Climate Change
Lot No
3
two.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
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
Main site or place of performance
Northern Ireland
two.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.
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: £640,000,000
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: 12
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
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
two.2) Description
two.2.1) Title
Capital Programme Management Office Services
Lot No
4
two.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
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
Main site or place of performance
Northern Ireland
two.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.
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: £80,000,000
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: 8
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
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.
two.2) Description
two.2.1) Title
Innovation and Efficiency
Lot No
5
two.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
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
Main site or place of performance
Northern Ireland
two.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.
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: £24,000,000
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
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 23
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: 2023/S 000-019086
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 October 2023
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 December 2023
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: 10 January 2024
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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.
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