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

IF182 - Professional Services Framework

  • First published: 10 September 2024
  • Last modified: 10 September 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
ocds-h6vhtk-049860
Published by:
NI Water and its Subsidiaries
Authority ID:
AA72237
Publication date:
10 September 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

NI Water and its subsidiaries

Westland House

Belfast

BT14 6TE

UK

Contact person: Capital Procurement Team

E-mail: EP.ProcurementTeam@niwater.com

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

IF182 - Professional Services Framework

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 800 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

NEC Site Supervisors (Civil and MEICA)

II.2.2) Additional CPV code(s)

71240000

71241000

71242000

71248000

71300000

71310000

71311000

71311100

71311300

71313000

71313400

71313420

71313430

71313440

71313450

71318000

71320000

71321000

71322000

71334000

71336000

71350000

71500000

71510000

71520000

71521000

71530000

71540000

71541000

71800000

71351611

II.2.3) Place of performance

NUTS code:

UKN0

UKN06

UKN07

UKN08

UKN09

UKN0A

UKN0B

UKN0C

UKN0D

UKN0E

UKN0F

UKN0G


Main site or place of performance:

Northern Ireland.

II.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.

II.2.5) Award criteria

Quality criterion: Human Resources / Weighting: 30

Quality criterion: Safety, Health and Environment / Weighting: 25

Quality criterion: Social Value / Weighting: 15

Quality criterion: Relationship Management / Collaboration / Weighting: 30

Price / Weighting:  100

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 2

II.2.1) Title

NEC Project Managers

II.2.2) Additional CPV code(s)

71240000

71241000

71242000

71248000

71300000

71310000

71311000

71311100

71311300

71313000

71313400

71313420

71313430

71313440

71313450

71318000

71320000

71321000

71322000

71334000

71336000

71350000

71500000

71510000

71520000

71521000

71530000

71540000

71541000

71800000

71351611

II.2.3) Place of performance

NUTS code:

UKN0

UKN06

UKN07

UKN08

UKN09

UKN0A

UKN0B

UKN0C

UKN0D

UKN0E

UKN0F

UKN0G


Main site or place of performance:

Northern Ireland.

II.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.

II.2.5) Award criteria

Quality criterion: Human Resources / Weighting: 30

Quality criterion: Safety, Health and Environment / Weighting: 15

Quality criterion: Social Value / Weighting: 15

Quality criterion: Relationship Management/ Collaboration / Weighting: 25

Quality criterion: Contract Implementation / Weighting: 15

Price / Weighting:  100

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 3

II.2.1) Title

Feasibility, Design and Climate Change

II.2.2) Additional CPV code(s)

71240000

71241000

71242000

71248000

71300000

71310000

71311000

71311100

71311300

71313000

71313400

71313420

71313430

71313440

71313450

71318000

71320000

71321000

71322000

71334000

71336000

71350000

71500000

71510000

71520000

71521000

71530000

71540000

71541000

71800000

71351611

II.2.3) Place of performance

NUTS code:

UKN0

UKN06

UKN07

UKN08

UKN09

UKN0A

UKN0B

UKN0C

UKN0D

UKN0E

UKN0F

UKN0G


Main site or place of performance:

Northern Ireland.

II.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.

II.2.5) Award criteria

Quality criterion: Human Resources / Weighting: 20

Quality criterion: Health and Safety / Weighting: 15

Quality criterion: Social Value / Weighting: 20

Quality criterion: Relationship Management / Collaboration / Weighting: 20

Quality criterion: Contract Implementation / Weighting: 12.5

Quality criterion: Sustainability and Innovation / Weighting: 12.5

Price / Weighting:  100

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 4

II.2.1) Title

Capital Programme Management Office Services

II.2.2) Additional CPV code(s)

71240000

71241000

71242000

71248000

71300000

71310000

71311000

71311100

71311300

71313000

71313400

71313420

71313430

71313440

71313450

71318000

71320000

71321000

71322000

71334000

71336000

71350000

71500000

71510000

71520000

71521000

71530000

71540000

71541000

71800000

71351611

II.2.3) Place of performance

NUTS code:

UKN0

UKN06

UKN07

UKN08

UKN09

UKN0A

UKN0B

UKN0C

UKN0D

UKN0E

UKN0F

UKN0G


Main site or place of performance:

Northern Ireland.

II.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.

II.2.5) Award criteria

Quality criterion: Human Resources / Weighting: 30

Quality criterion: Contract Implementation / Weighting: 20

Quality criterion: Social Value / Weighting: 20

Quality criterion: Relationship Management / Collaboration / Weighting: 30

Price / Weighting:  100

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 5

II.2.1) Title

Innovation and Efficiency

II.2.2) Additional CPV code(s)

71240000

71241000

71242000

71248000

71300000

71310000

71311000

71311100

71311300

71313000

71313400

71313420

71313430

71313440

71313450

71318000

71320000

71321000

71322000

71334000

71336000

71350000

71500000

71510000

71520000

71521000

71530000

71540000

71541000

71800000

71351611

II.2.3) Place of performance

NUTS code:

UKN0

UKN06

UKN07

UKN08

UKN09

UKN0A

UKN0B

UKN0C

UKN0D

UKN0E

UKN0F

UKN0G


Main site or place of performance:

Northern Ireland.

II.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.

II.2.5) Award criteria

Quality criterion: Human Resources / Weighting: 30

Quality criterion: Social Value / Weighting: 20

Quality criterion: Sustainability and Innovation / Weighting: 20

Quality criterion: Relationship Manaement / Collaboration / Weighting: 30

Price / Weighting:  100

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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:

2023/S 170-533566

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: NEC Site Supervisors (Civil and MEICA)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/08/2024

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Tetra Tech Consulting NI Ltd

1 Locksley Business Park, Montgomery Road,

Belfast

BT6 9UP

UK

Telephone: +44 2890706000

E-mail: ireland@tetratech.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

MCADAM DESIGN LTD

Unit 1c Castlereagh Business Park

BELFAST

BT5 6BQ

UK

Telephone: +44 2890402000

E-mail: jkirk@mcadamdesign.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Atkins-Realis UK Ltd

WOODCOTE GROVE

EPSOM

KT18 5BW

UK

Telephone: +44 1372726140

E-mail: belfast@atkinsglobal.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

WSP UK LIMITED

Buchanan House

LONDON

EC1N 2HS

UK

Telephone: +44 2073145111

E-mail: UKProposalsNational@wspgroup.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

AECOM LTD

2 Clarence Street West

Belfast

BT2 7GP

UK

Telephone: +44 2890607200

E-mail: victoria.rogers@aecom.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 16 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: NEC Project Managers

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/08/2024

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Atkins-Realis UK Ltd

WOODCOTE GROVE

EPSOM

KT18 5BW

UK

Telephone: +44 1372726140

E-mail: belfast@atkinsglobal.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

Doran Consulting Ltd

Norwood House, 96-102 Great Victoria Street

BELFAST

BT2 7BE

UK

Telephone: +44 2890333443

E-mail: lynda.martin@doran.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Turner Townsend Coat Management Ltd

Low Hall

LEEDS

LS18 4GH

UK

Telephone: +44 2890446999

E-mail: rhonda.browne@turntown.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

WSP UK LIMITED

Buchanan House

LONDON

EC1N 2HS

UK

Telephone: +44 2073145111

E-mail: UKProposalsNational@wspgroup.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 40 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Feasibility, Design and Climate Change

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/08/2024

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

WSP UK LIMITED

Buchanan House

LONDON

EC1N 2HS

UK

Telephone: +44 2073145111

E-mail: UKProposalsNational@wspgroup.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.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

UK

Telephone: +44 2895927100

E-mail: alison.lee@jacobs.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

MOTT MACDONALD LTD

8-10 SYDENHAM ROAD

CROYDON

CR0 2EE

UK

Telephone: +44 2890895850

E-mail: helen.oconnor@mottmac.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

Stantec UK LTD

Dominion

WARRINGTON

WA3 6GD

UK

Telephone: +44 1925845000

E-mail: marketingservices.uk@stantec.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ove Arup and Partners Ltd

8 Fitzroy Street

LONDON

W1T 4BJ

UK

Telephone: +44 1212133602

E-mail: uk.procurement@arup.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

AECOM LTD

2 Clarence Street West

Belfast

BT2 7GP

UK

Telephone: +44 2890607200

E-mail: victoria.rogers@aecom.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

MCADAM DESIGN LTD

Unit 1c Castlereagh Business Park

BELFAST

BT5 6BQ

UK

Telephone: +44 2890402000

E-mail: jkirk@mcadamdesign.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

RPS Ireland Ltd

Elmwood House, 74 Boucher Road

Belfast

BT12 6RZ

UK

Telephone: +44 2890667914

E-mail: letitia.stewart@rpsgroup.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Atkins-Realis UK Ltd

WOODCOTE GROVE

EPSOM

KT18 5BW

UK

Telephone: +44 1372726140

E-mail: belfast@atkinsglobal.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 640 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: Capital Programme Management Office Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/08/2024

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

MOTT MACDONALD LTD

8-10 SYDENHAM ROAD

CROYDON

CR0 2EE

UK

Telephone: +44 2890895850

E-mail: helen.oconnor@mottmac.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tetra Tech Consulting NI Ltd

1 Locksley Business Park, Montgomery Road,

Belfast

BT6 9UP

UK

Telephone: +44 2890706000

E-mail: ireland@tetratech.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHANDLER KBS

CHANDLERS HOUSE

PENARTH

CF64 1SA

UK

Telephone: +44 2920352300

E-mail: tenders@chandlerkbs.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Atkins-Realis UK Ltd

WOODCOTE GROVE

EPSOM

KT18 5BW

UK

Telephone: +44 1372726140

E-mail: belfast@atkinsglobal.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: Innovation and Efficiency

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/08/2024

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Ove Arup and Partners Ltd

8 Fitzroy Street

LONDON

W1T 4BJ

UK

Telephone: +44 1212133602

E-mail: uk.procurement@arup.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.3) Name and address of the contractor

OutForm Consulting Ltd

Grafton Buildings, 34 Grafton Street

Dublin

Dublin 2

IE

Telephone: +353 2890912888

E-mail: marian.mccarville@outformconsulting.com

NUTS: IE

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Atkins-Realis UK Ltd

WOODCOTE GROVE

EPSOM

KT18 5BW

UK

Telephone: +44 1372726140

E-mail: belfast@atkinsglobal.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 24 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

High Courts of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JU

UK

VI.4.2) Body responsible for mediation procedures

High Courts of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JU

UK

VI.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

UK

VI.5) Date of dispatch of this notice

05/09/2024

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71351611 Climatology services Geological, geophysical and other scientific prospecting services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
71310000 Consultative engineering and construction services Engineering services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71336000 Engineering support services Miscellaneous engineering services
71350000 Engineering-related scientific and technical services Engineering services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
71313420 Environmental standards for construction Environmental engineering consultancy services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71510000 Site-investigation services Construction-related services
71248000 Supervision of project and documentation Architectural, engineering and planning services

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:
EP.ProcurementTeam@niwater.com
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.