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