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.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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £800,000,000
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
Quality criterion - Name: Human Resources / Weighting: 30
Quality criterion - Name: Safety, Health and Environment / Weighting: 25
Quality criterion - Name: Social Value / Weighting: 15
Quality criterion - Name: Relationship Management / Collaboration / Weighting: 30
Price - Weighting: 100
two.2.11) Information about options
Options: Yes
Description of options
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.2.13) 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
Quality criterion - Name: Human Resources / Weighting: 30
Quality criterion - Name: Safety, Health and Environment / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 15
Quality criterion - Name: Relationship Management/ Collaboration / Weighting: 25
Quality criterion - Name: Contract Implementation / Weighting: 15
Price - Weighting: 100
two.2.11) Information about options
Options: Yes
Description of options
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.2.13) 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
Quality criterion - Name: Human Resources / Weighting: 20
Quality criterion - Name: Health and Safety / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 20
Quality criterion - Name: Relationship Management / Collaboration / Weighting: 20
Quality criterion - Name: Contract Implementation / Weighting: 12.5
Quality criterion - Name: Sustainability and Innovation / Weighting: 12.5
Price - Weighting: 100
two.2.11) Information about options
Options: Yes
Description of options
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.2.13) 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
Quality criterion - Name: Human Resources / Weighting: 30
Quality criterion - Name: Contract Implementation / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 20
Quality criterion - Name: Relationship Management / Collaboration / Weighting: 30
Price - Weighting: 100
two.2.11) Information about options
Options: Yes
Description of options
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.2.13) 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
Quality criterion - Name: Human Resources / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 20
Quality criterion - Name: Sustainability and Innovation / Weighting: 20
Quality criterion - Name: Relationship Manaement / Collaboration / Weighting: 30
Price - Weighting: 100
two.2.11) Information about options
Options: Yes
Description of options
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.2.13) 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 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
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 170-533566
Section five. Award of contract
Contract No
1
Lot No
1
Title
NEC Site Supervisors (Civil and MEICA)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 August 2024
five.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Tetra Tech Consulting NI Ltd
1 Locksley Business Park, Montgomery Road,
Belfast
BT6 9UP
Telephone
+44 2890706000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
MCADAM DESIGN LTD
Unit 1c Castlereagh Business Park
BELFAST
BT5 6BQ
Telephone
+44 2890402000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Atkins-Realis UK Ltd
WOODCOTE GROVE
EPSOM
KT18 5BW
Telephone
+44 1372726140
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
WSP UK LIMITED
Buchanan House
LONDON
EC1N 2HS
UKProposalsNational@wspgroup.com
Telephone
+44 2073145111
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
AECOM LTD
2 Clarence Street West
Belfast
BT2 7GP
Telephone
+44 2890607200
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £16,000,000
Total value of the contract/lot: £16,000,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
NEC Project Managers
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 August 2024
five.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Atkins-Realis UK Ltd
WOODCOTE GROVE
EPSOM
KT18 5BW
Telephone
+44 1372726140
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
Doran Consulting Ltd
Norwood House, 96-102 Great Victoria Street
BELFAST
BT2 7BE
Telephone
+44 2890333443
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Turner Townsend Coat Management Ltd
Low Hall
LEEDS
LS18 4GH
Telephone
+44 2890446999
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
WSP UK LIMITED
Buchanan House
LONDON
EC1N 2HS
UKProposalsNational@wspgroup.com
Telephone
+44 2073145111
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £40,000,000
Total value of the contract/lot: £40,000,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
Feasibility, Design and Climate Change
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 August 2024
five.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
WSP UK LIMITED
Buchanan House
LONDON
EC1N 2HS
UKProposalsNational@wspgroup.com
Telephone
+44 2073145111
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
Jacobs Uk Holdings Ltd
Artola House 3rd 4th Floors, 91-95 Victoria St, Belfast
Belfast
BT1 4PB
Telephone
+44 2895927100
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
MOTT MACDONALD LTD
8-10 SYDENHAM ROAD
CROYDON
CR0 2EE
Telephone
+44 2890895850
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
Stantec UK LTD
Dominion
WARRINGTON
WA3 6GD
marketingservices.uk@stantec.com
Telephone
+44 1925845000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
Ove Arup and Partners Ltd
8 Fitzroy Street
LONDON
W1T 4BJ
Telephone
+44 1212133602
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
AECOM LTD
2 Clarence Street West
Belfast
BT2 7GP
Telephone
+44 2890607200
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
MCADAM DESIGN LTD
Unit 1c Castlereagh Business Park
BELFAST
BT5 6BQ
Telephone
+44 2890402000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
RPS Ireland Ltd
Elmwood House, 74 Boucher Road
Belfast
BT12 6RZ
Telephone
+44 2890667914
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Atkins-Realis UK Ltd
WOODCOTE GROVE
EPSOM
KT18 5BW
Telephone
+44 1372726140
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £640,000,000
Total value of the contract/lot: £640,000,000
Section five. Award of contract
Contract No
4
Lot No
4
Title
Capital Programme Management Office Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 August 2024
five.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
MOTT MACDONALD LTD
8-10 SYDENHAM ROAD
CROYDON
CR0 2EE
Telephone
+44 2890895850
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
Tetra Tech Consulting NI Ltd
1 Locksley Business Park, Montgomery Road,
Belfast
BT6 9UP
Telephone
+44 2890706000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
CHANDLER KBS
CHANDLERS HOUSE
PENARTH
CF64 1SA
Telephone
+44 2920352300
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Atkins-Realis UK Ltd
WOODCOTE GROVE
EPSOM
KT18 5BW
Telephone
+44 1372726140
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £80,000,000
Total value of the contract/lot: £80,000,000
Section five. Award of contract
Contract No
5
Lot No
5
Title
Innovation and Efficiency
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 August 2024
five.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Ove Arup and Partners Ltd
8 Fitzroy Street
LONDON
W1T 4BJ
Telephone
+44 1212133602
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
OutForm Consulting Ltd
Grafton Buildings, 34 Grafton Street
Dublin
Dublin 2
marian.mccarville@outformconsulting.com
Telephone
+353 2890912888
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Atkins-Realis UK Ltd
WOODCOTE GROVE
EPSOM
KT18 5BW
Telephone
+44 1372726140
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £24,000,000
Total value of the contract/lot: £24,000,000
Section six. Complementary information
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.
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