Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

S1155 (2020) Facilities Management Services

  • First published: 12 July 2021
  • Last modified: 12 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Northern Ireland Electricity Networks
Authority ID:
AA78184
Publication date:
12 July 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot will include:

Planned and reactive facilities management maintenance works and services in respect of all NIE Networks’ office locations across Northern Ireland encompassing the following key activities:

1) minor building repairs and associated general maintenance works and services;

2) maintenance of roller shutter doors;

3) general joinery works;

4) general mechanical services and maintenance;

5) general electrical services and maintenance.

It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Northern Ireland Electricity Networks

120 Malone Road,

Belfast,

BT9 5HT

UK

E-mail: Ruadhrai.OKane@nienetworks.co.uk

NUTS: UKN

Internet address(es)

Main address: https://www.nienetworks.co.uk

Address of the buyer profile: https://e-sourcingni.bravosolution.co.uk

I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

S1155 (2020) Facilities Management Services

Reference number: S1155 (2020)

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The contracting entity intends to establish a framework arrangement under which it shall appoint economic operators to enter into separate framework agreements for the provision of facilities management services, across a number of separate lots, as follows:

Lot 1: Facilities Management Maintenance Services,

Lot 2: Facilities Management Capital Expenditure Projects,

Lot 3: Legionella and Water Treatment Services, and

Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and Radio Telecommunications Sites).

Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.

The contracting entity estimates that the total spend under the framework agreements is anticipated to be GBP 2 700 000.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 2 700 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Facilities Management Maintenance Services

II.2.2) Additional CPV code(s)

45210000

45421000

50700000

50710000

50711000

50712000

71314100

71333000

71334000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Northern Ireland

II.2.4) Description of the procurement

This lot will include:

Planned and reactive facilities management maintenance works and services in respect of all NIE Networks’ office locations across Northern Ireland encompassing the following key activities:

1) minor building repairs and associated general maintenance works and services;

2) maintenance of roller shutter doors;

3) general joinery works;

4) general mechanical services and maintenance;

5) general electrical services and maintenance.

It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).

II.2.11) Information about options

Options: Yes

Description of options:

Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2: Facilities Management Capital Expenditure Projects

II.2.2) Additional CPV code(s)

45210000

45421000

45453100

50700000

50710000

50711000

50712000

71314100

71333000

71334000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Northern Ireland

II.2.4) Description of the procurement

This lot will include:

Planned facilities management works and services in respect of capital expenditure projects at NIE Networks’ office locations across Northern Ireland encompassing the following key activities:

1) participation in mini-competitions in accordance with NIE Networks’ facilities management capital project requirements;

2) management and delivery of projects inclusive of all electrical, mechanical, joinery and small scale general building works and associated services, in respect of:

(a) office refurbishments inclusive of complete office relocations;

(b) refurbishment of existing and/or installation of new kitchen facilities;

(c) refurbishment of existing and/or installation of new toilets facilities;

(d) installing of new furniture and/or removal of existing furniture.

It is intended that the contracting entity will enter into framework agreements with three economic operators for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a mini-competition basis, as set out in the call-off procedure (in Appendix C of the tender documents).

It is intended that the first, second and third ranked economic operators in respect of the competition for lot 1 will each be awarded framework agreements for lot 2.

II.2.11) Information about options

Options: Yes

Description of options:

Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3: Legionella and Water Treatment Services

II.2.2) Additional CPV code(s)

39370000

45232430

71000000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Northern Ireland

II.2.4) Description of the procurement

This lot will include:

Planned preventative maintenance in respect of legionella and water treatment services encompassing the following key activities:

1) hot water systems inclusive of:

(a) monthly temperature checks,

(b) temperature adjustments as required to be carried out at the time of testing,

(c) annual water samples from calorifiers,

(d) annual visual inspection of calorifiers;

2) cold water systems inclusive of:

(a) monthly temperature checks at sentinel taps,

(b) six monthly temperature checks on tanks,

(c) annual inspection of tanks;

3) shower heads inclusive of:

(a) dismantle, clean and disinfect shower heads quarterly;

4) provision of risk assessments inclusive of:

(a) annual update of risk assessment per site,

(b) initial risk assessment of new sites;

5) provision of a web-based management system to facilitate water treatment system management and the control of legionella with appropriate access provided to NIE networks of maintenance and testing records.

It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).

II.2.11) Information about options

Options: Yes

Description of options:

Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)

II.2.2) Additional CPV code(s)

45210000

45421000

50700000

50710000

50711000

50712000

71314100

71333000

71334000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

This lot will include:

Minor building repairs and general maintenance works and services in respect of NIE networks’ electricity substations and radio telecommunication (RT) sites across Northern Ireland encompassing the following key activities:

1) minor building repairs and associated general works and services,

2) general joinery works,

3) general mechanical services and maintenance,

4) General electrical services and maintenance.

It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).

II.2.11) Information about options

Options: Yes

Description of options:

Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 141-348291

Section V: Award of contract

Lot No: 1

Contract No: S1155 (2020) Facilities Management Services

Title: Lot 1: Facilities Management Maintenance Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/04/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

GR White & Son Ltd

43 Main Street

Tempo

BT94 3LU

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: S1155 (2020) Facilities Management Services

Title: Lot 2: Facilities Management Capital Expenditure Projects

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

GR White & Son Ltd

43 Main Street

Tempo

BT94 3LU

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

H&J Martin Ltd

Rosemount House, 21-23 Sydenham Road

Belfast

BT3 9HA

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IMAC Construction Services Limited

7 Main Street, Dungiven

Londonderry

BT47 4LD

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: S1155 (2020) Facilities Management Services

Title: Lot 3: Legionella and Water Treatment Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/04/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Healthy Buildings (Ireland) Limited

19 Millvale Road, Bessbrook

Newry

BT35 7NH

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: S1155 (2020) Facilities Management Services

Title: Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/04/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

GR White & Son Ltd

43 Main Street

Tempo

BT94 3LU

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Northern Ireland Electricity Networks Ltd

120 Malone Road

Belfast

BT9 5HT

UK

VI.4.4) Service from which information about the review procedure may be obtained

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JY

UK

VI.5) Date of dispatch of this notice

09/07/2021

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79993000 Building and facilities management services Miscellaneous business-related services
45210000 Building construction work Works for complete or part construction and civil engineering work
71314100 Electrical services Energy and related services
79993100 Facilities management services Building and facilities management services
45421000 Joinery work Joinery and carpentry installation work
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services
45453100 Refurbishment work Overhaul and refurbishment work
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
39370000 Water installations Miscellaneous equipment
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Ruadhrai.OKane@nienetworks.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.