Scope
Reference
T141
Description
This Contract will principally cover reactive repairs, planned maintenance, quotation work and project work on the Client's Premises.
The main areas of work under the contract are:
a) Electrical installation and maintenance and general electrical upgrades across the client Premises including;
i. Planned electrical maintenance/ repair across the Client Premises
ii. Reactive electrical maintenance/ repair across the Client Premises
iii. Quoting and completion of the remedial repair of C2 and C3 faults as required arising from the Client's electrical inspection and testing programme (services provided by another existing contract) as required by BS7671 standards and Electricity at Work Legislation.
iv. providing minor works certificates as required following any EICA installation, planned and reactive repair/ maintenance work.
v. Portable Appliance Testing as required by The Electricity at Work Regulations
vi. Electrical actuator repair and maintenance including supplying of replacement actuators as required and any spare parts/ accessories. This may require OEMs or their nominated agency support. The majority of the Client's electric actuators are currently Rotork and Auma brands.
b) Design, manufacture of, modification to and maintenance of Control Panels in accordance with all current legislation, regulations, WIMES specifications and other industry standards;
c) Special projects which may include, but are not be limited to - project management, energy efficiency projects, technical support/advice, site surveys, design services etc. This may apply to all site types including more complex electrical installations/ site refurbishments;
d) Instrumentation Control and Automation (ICAT) project based work to automate and synchronise the Networks Water and Waste Water Pumping regimes to optimise power usage and improve network efficiencies;
e) Supply, repair and rewinding of electric motors up to 400 kw in accordance with all current legislation, regulations, WIMES specifications and other industry standards;
f) Premises and assets Lightning protection survey and maintenance;
g) Emergency lighting systems maintenance and installation;
h) Fixed Gas detection equipment maintenance;
i) Ultraviolet disinfection equipment maintenance.
Note the above list is subject to change in the published tender documents.
See niwater.com for further information regarding the size and scale of NI Water.
Contract dates (estimated)
- 11 April 2027 to 10 April 2030
- Possible extension to 10 April 2034
- 7 years
Main procurement category
Services
CPV classifications
- 71314100 - Electrical services
- 45310000 - Electrical installation work
- 50000000 - Repair and maintenance services
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 31131100 - Actuators
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 31200000 - Electricity distribution and control apparatus
Contract locations
- UKN - Northern Ireland
Engagement
Engagement deadline
30 September 2025
Engagement process description
NI Water plans to hold a Supplier Presentation Session in October 2025 (date and time TBC).
Suppliers can register their interest in attending this Session and confirm two (2) attendees by submitting an email to sourcing@niwater.com FAO Keith Watson and Dean Campbell with contact names, company position and accompanying email address.
Submission
Publication date of tender notice (estimated)
30 March 2026
Procedure
Special regime
Utilities
Contracting authority
Northern Ireland Water
- Public Procurement Organisation Number: PCZH-7295-JJTZ
40 Old Westland Road
Belfast
BT14 6TE
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - sub-central government