Contract

IF182 - Professional Services Framework

  • NI Water and its subsidiaries

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-028444

Procurement identifier (OCID): ocds-h6vhtk-049860

Published 5 September 2024, 2:26pm



Section one: Contracting entity

one.1) Name and addresses

NI Water and its subsidiaries

Westland House

Belfast

BT14 6TE

Contact

Capital Procurement Team

Email

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

Email

ireland@tetratech.com

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

Email

jkirk@mcadamdesign.co.uk

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

Email

belfast@atkinsglobal.com

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

Email

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

Email

victoria.rogers@aecom.com

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

Email

belfast@atkinsglobal.com

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

Email

lynda.martin@doran.co.uk

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

Email

rhonda.browne@turntown.co.uk

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

Email

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

Email

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

Email

alison.lee@jacobs.com

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

Email

helen.oconnor@mottmac.com

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

Email

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

Email

uk.procurement@arup.com

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

Email

victoria.rogers@aecom.com

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

Email

jkirk@mcadamdesign.co.uk

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

Email

letitia.stewart@rpsgroup.com

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

Email

belfast@atkinsglobal.com

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

Email

helen.oconnor@mottmac.com

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

Email

ireland@tetratech.com

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

Email

tenders@chandlerkbs.com

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

Email

belfast@atkinsglobal.com

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

Email

uk.procurement@arup.com

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

Email

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

Email

belfast@atkinsglobal.com

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