Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Northern Ireland Water Limited (NIW)
Northern Ireland Water, Finance and Regulation, Westland House, Old Westland Road
For the attention of: Lewis Murray
BT14 6TE Belfast
UNITED KINGDOM
Telephone: +44 2890354813
E-mail:
Internet address(es):
General address of the contracting entity: www.niwater.com
Address of the buyer profile: www.niwater.com
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
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:C665 - Water and wastewater networks services contract.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Northern Ireland
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):The services in scope are critical for the successful delivery of the core services provided by NIW. They include the provision of new services (consumer water and sewer connections), cleaning, repairs and maintenance of Northern Ireland Water's Water and Wastewater Network.
II.1.6)Common procurement vocabulary (CPV)65000000, 90491000, 90913000, 50411100, 45232400, 45232410, 45232100, 65100000, 90470000, 90000000, 45231300, 45233142, 45233293, 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 lotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT
Range: between 75 000 000 and 150 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Initial contract period of 36 months with the possible extension of contract by 24 months and a further extension period of 12 months - total possible extension of 36 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Northern Ireland Water's particular requirements will be set out in the Invitation to Negotiate documentation and if a JV/Consortium bid is proposed NIW may require the members of the consortium to form a legal entity and hold the members jointly and severally liable for the performance of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Further details will be set out in the Invitation to Negotiate.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:The particular requirements are to be determined but Northern Ireland Water may require that any contract awarded shall be entered into by a single legal entity on the part of the successful candidate.
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further details will be set out in the Invitation to Negotiate.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Will be set out in the pre-qualification documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Will be set out in the pre-qualification documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: Will be set out in the pre-qualification documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:C665
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents: ..
IV.3.4)Time limit for receipt of tenders or requests to participate9.8.2013 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
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:1.7.2013