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