Water Mains Minor Works Framework – Northern Ireland
Design and build framework contract for the construction and/or renovation of water mains of various diameters and ancillary works across Northern Ireland.
United Kingdom-Belfast: Works for complete or part construction and civil engineering work
2014/S 074-128624
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Northern Ireland Water
Engineering Procurement, Westland House, Old Westland Road
For the attention of: Brendan O’Hare
BT14 6TE Belfast
UNITED KINGDOM
Telephone: +44 2890354813
E-mail: brendan.o’hare@niwater.com
Internet address(es):
General address of the contracting entity: www.niwater.com
Address of the buyer profile: www.esourcingni.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
JI073 PC15 Water Mains Minor Works Framework – Northern Ireland.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 6
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 25 000 000 and 50 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Design and build framework contract for the construction and/or renovation of water mains of various diameters and ancillary works across Northern Ireland.
II.1.6)Common procurement vocabulary (CPV)
45200000, 45220000, 45232150, 45232151
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Design and build framework as described in II.1.5) above.
Anticipated value between 700 000 GBP to 1 400 000 GBP per contractor per annum.
Estimated value excluding VAT
Range: between 700 000 and 1 400 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be advised if invited to tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be advised in contract documentation.
Payment in GBP.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group, consortium or joint venture is invited to enter into a contract, each company is jointly and separately liable for the performance of any subsequent contract.
III.1.4)Other particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire and provide sufficient information to clearly demonstrate their suitability and capacity to provide the works. In the case of a consortium information shall be provided for each main member.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to have registered (active status) with Constructionline or complete an Economic Operator Financial Addendum to demonstrate their economic and financial capacity to provide the works.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to demonstrate previous experience and technical capacity to provide all works as described in section II.1.5). In the case of a consortium information shall be appropriate to each main member.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
JI073
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 21.5.2014 – 15:00
IV.3.4)Time limit for receipt of tenders or requests to participate
28.5.2014 – 15:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Applicants must request pre-qualification questionnaires by the time limit given in section IV.3.3).
Completed questionnaires must be returned by the time limit given in section IV.3.4).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:9.4.2014