Award

T-1134 DfI Water and Departmental Delivery Engineering Services Consultancy Partner

DEPARTMENT FOR INFRASTRUCTURE

This public procurement record has 4 releases in its history.

Award

04 Jun 2024 at 14:09

Tender

10 Oct 2023 at 13:58

Tender

05 Jul 2023 at 15:14

Planning

28 Jun 2023 at 11:43

Summary of the contracting process

The Department for Infrastructure in Northern Ireland has recently awarded the contract for civil engineering consultancy and specialist services for the Water and Departmental Delivery Engineering project to AMEY OW Ltd. The project involves improvements to watercourses, flood defences, and reservoirs. The contract was finalised on May 22, 2024, with a value of £30 million. The procurement stage was completed through a selective procurement method with a restricted procedure.

This tender has created opportunities for businesses in the civil engineering consultancy sector, particularly those with expertise in water management, flood defences, and infrastructure development. Companies specialising in the mentioned project areas and with experience in working on large-scale projects in Northern Ireland would be well-suited to compete. The competitive process included criteria focusing on quality and price, providing a fair chance for qualified suppliers to participate and deliver value-added services.

How relevant is this notice?

Notice Information

Notice Title

T-1134 DfI Water and Departmental Delivery Engineering Services Consultancy Partner

Notice Description

Provision of civil engineering consultancy and related specialist services across Northern Ireland. They will assist in the delivery of the following projects or programmes of work: improvements to watercourses, including culverts and open channels; flood defences; sea defences; control structures; reservoirs; and alternative flood risk management schemes.

Lot Information

LOT 1: Eastern Division and Western Division

Provision of civil engineering consultancy and related specialist services across Northern Ireland. They will assist in the delivery of the following projects or programmes of work: improvements to watercourses, including culverts and open channels; flood defences; sea defences; control structures; reservoirs; and alternative flood risk management schemes.

Renewal: There are options to extend this contract up to a maximum of 60 months at the discretion of the Contracting Authority.

LOT 2: Northern Division and Southern Division

The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: * Contract 1 - East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and * Contract 2 - North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.

Renewal: There are options to extend this contract up to a maximum of 60 months at the discretion of the Contracting Authority.

Transport and Road Asset Management (TRAM) North/South Engineering Services Consultancy Partner

To provide civil engineering consultancy and specialist services in the delivery of Transport and Road Asset Management programmes in the North and South Divisional areas. Work packages could relate to one or more of the following topics:- Minor Highway Improvements; Transportation; Highway Structures; Active Travel; Major / Large Minor Works; Staff Substitution. Commissions will be generally be for projects with a construction value up to PS5m.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03dd27
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017306-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71310000 - Consultative engineering and construction services

71311000 - Civil engineering consultancy services

71312000 - Structural engineering consultancy services

71313000 - Environmental engineering consultancy services

71317210 - Health and safety consultancy services

71332000 - Geotechnical engineering services

71510000 - Site-investigation services

71520000 - Construction supervision services

71540000 - Construction management services

71541000 - Construction project management services

71630000 - Technical inspection and testing services

90710000 - Environmental management

Notice Value(s)

Tender Value
£83,000,000 £10M-£100M
Lots Value
£83,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£30,000,000 £10M-£100M

Notice Dates

Publication Date
4 Jun 20241 years ago
Submission Deadline
14 Nov 2023Expired
Future Notice Date
4 Jul 2023Expired
Award Date
21 May 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled, Planned
Awards Status
Active
Contracts Status
Active

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR INFRASTRUCTURE
Additional Buyers

EUROPEAN UNION

Contact Name
pb2infrastructure-ni.gov.uk, pb2infrastructure-ni.gov.uk; pb1infrastructure-ni.gov.uk
Contact Email
pb2@infrastructure-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT2 8GB
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland, TLN0 Northern Ireland, TLN06 Belfast, TLN07 Armagh City, Banbridge and Craigavon, TLN08 Newry, Mourne and Down, TLN09 Ards and North Down, TLN0A Derry City and Strabane, TLN0B Mid Ulster, TLN0C Causeway Coast and Glens, TLN0D Antrim and Newtownabbey, TLN0E Lisburn and Castlereagh, TLN0F Mid and East Antrim, TLN0G Fermanagh and Omagh

Local Authority
Belfast
Electoral Ward
Central
Westminster Constituency
Belfast South and Mid Down

Supplier Information

Number of Suppliers
1
Supplier Name

AMEY OW

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03dd27-2024-06-04T15:09:42+01:00",
    "date": "2024-06-04T15:09:42+01:00",
    "ocid": "ocds-h6vhtk-03dd27",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03dd27",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "T-1134 DfI Water and Departmental Delivery Engineering Services Consultancy Partner",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71311000",
            "description": "Civil engineering consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of civil engineering consultancy and related specialist services across Northern Ireland. They will assist in the delivery of the following projects or programmes of work: improvements to watercourses, including culverts and open channels; flood defences; sea defences; control structures; reservoirs; and alternative flood risk management schemes.",
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteriaDetails": "The TRAM Engineering Services Consultancy Partner will be divided into two lots (contacts) defined by existing Departmental divisional geographical boundaries. Each contract will cover two divisional areas. In order to ensure security of service, preserve competition and encourage participation by SMEs, the Department will limit the number of contracts that can be awarded to an Economic Operator in this competition to one. The WDD Engineering Services Consultancy Partner will be procured in a separate competition and the award of this contract will not be impacted in any way by a restriction in lots.",
            "maximumLotsBidPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "LOT 1: Eastern Division and Western Division",
                "description": "Provision of civil engineering consultancy and related specialist services across Northern Ireland. They will assist in the delivery of the following projects or programmes of work: improvements to watercourses, including culverts and open channels; flood defences; sea defences; control structures; reservoirs; and alternative flood risk management schemes.",
                "status": "cancelled",
                "value": {
                    "amount": 48000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There are options to extend this contract up to a maximum of 60 months at the discretion of the Contracting Authority."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "LOT 2: Northern Division and Southern Division",
                "description": "The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: * Contract 1 - East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and * Contract 2 - North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.",
                "status": "active",
                "value": {
                    "amount": 35000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There are options to extend this contract up to a maximum of 60 months at the discretion of the Contracting Authority."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "3",
                "title": "Transport and Road Asset Management (TRAM) North/South Engineering Services Consultancy Partner",
                "description": "To provide civil engineering consultancy and specialist services in the delivery of Transport and Road Asset Management programmes in the North and South Divisional areas. Work packages could relate to one or more of the following topics:- Minor Highway Improvements; Transportation; Highway Structures; Active Travel; Major / Large Minor Works; Staff Substitution. Commissions will be generally be for projects with a construction value up to PS5m.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317210",
                        "description": "Health and safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71520000",
                        "description": "Construction supervision services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71520000",
                        "description": "Construction supervision services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN06"
                    },
                    {
                        "region": "UKN0A"
                    },
                    {
                        "region": "UKN0B"
                    },
                    {
                        "region": "UKN0E"
                    },
                    {
                        "region": "UKN0G"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN07"
                    },
                    {
                        "region": "UKN08"
                    },
                    {
                        "region": "UKN09"
                    },
                    {
                        "region": "UKN0C"
                    },
                    {
                        "region": "UKN0D"
                    },
                    {
                        "region": "UKN0F"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-07-05T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 83000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2023-11-14T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-11-15T23:59:59Z",
                "durationInDays": 120
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "DfI will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-3041",
            "name": "Department for Infrastructure",
            "identifier": {
                "legalName": "Department for Infrastructure"
            },
            "address": {
                "streetAddress": "Clarence Court Adelaide Street",
                "locality": "Belfast",
                "region": "UKN",
                "postalCode": "BT2 8GB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "pb2@infrastructure-ni.gov.uk",
                "name": "pb2infrastructure-ni.gov.uk; pb1infrastructure-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "pb2@infrastructure-ni.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-172",
            "name": "European Union",
            "roles": [
                "funder"
            ]
        },
        {
            "id": "GB-FTS-1860",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-76047",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Chichester Street",
                "locality": "Belfast",
                "postalCode": "BT1 3JF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-115106",
            "name": "Department for Infrastructure",
            "identifier": {
                "legalName": "Department for Infrastructure"
            },
            "address": {
                "streetAddress": "James House, 2-4 Cromac Avenue",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT7 2JA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "pb2infrastructure-ni.gov.uk",
                "email": "pb2@infrastructure-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "pb2@infrastructure-ni.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-107317",
            "name": "AMEY OW Ltd.",
            "identifier": {
                "legalName": "AMEY OW Ltd."
            },
            "address": {
                "streetAddress": "3rd Floor, Chancery Exchange, 10 Furnival Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC4A 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2074926900",
                "email": "FM.BidTeam@amey.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-107320",
            "name": "The High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "The High Court, Royal Courts of Justice"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-115106",
        "name": "Department for Infrastructure"
    },
    "language": "en",
    "description": "The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises. (SMEs). The evaluation of submissions (PQQPs or TPs) will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal: (1)If your company is not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/epps/. home.do -- Select the \"Register as a Supplier\" link and follow the on screen instructions. 2) Expression of Interest and access to tender documentation- You may \"Express an Interest\" in a project and access the tender documentation via the projects CfT Menu. If you require assistance or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the Contracting Authority using the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The Contracting Authority is utilising an electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is intended that all communications with the Contracting Authority, including the accessing and submission of tender responses, will be conducted via eTendersNI. Poor Performance, as part of its contract management procedures: the Contracting Authority and their CoPE will use the Protocol for Managing Poor Supplier Performance contained in the Procurement documentation. The protocol sets out a series of five escalating stages to enable Contracting Authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as an alternative to terminating the contract, senior management in the Contracting Authority/CoPE can issue a Notice of Written Warning. At Stage 5, as an alternative to terminating the contract, a notice of unsatisfactory performance can be issued to the Economic Operator. These notices remain current for the period of time stated in the protocol and an Economic Operator must declare, in subsequent procurement competitions, if it has received a current Notice of Written Warning or a current Notice of Unsatisfactory Performance within 3 years of the TP Submission Deadline. If an Economic Operator has received more than one current Notice of Written Warning the Contracting Authority/CoPE, at its discretion, can consider an Economic Operator's exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a minimum period of 12 months. If an Economic Operator is subject to a notice of unsatisfactory performance the Contracting Authority/CoPE, at its discretion, can consider the Economic Operator's exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years. List of public bodies to which NI public procurement policy applies Department of Finance (finance-ni.gov.uk).",
    "planning": {
        "budget": {
            "finance": [
                {
                    "id": "1",
                    "description": "Future projects financed by European Union funds may be delivered through this contract.",
                    "financingParty": {
                        "name": "European Union",
                        "id": "GB-FTS-172"
                    },
                    "relatedLots": [
                        "1"
                    ]
                }
            ]
        }
    },
    "awards": [
        {
            "id": "017306-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-107317",
                    "name": "AMEY OW Ltd."
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "017306-2024-1-1",
            "awardID": "017306-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 30000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-22T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            }
        ]
    }
}