IF106 - Major Project Partnering Framework

Complete

Value

£1,200,000,000

Classifications

  • Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • Design consultancy services
  • Works for complete or part construction and civil engineering work
  • Engineering works and construction works
  • Sewer construction work
  • Pipelaying construction work
  • Sewage work
  • Works related to water-distribution pipelines
  • Water-main refurbishment construction work
  • Water-treatment plant construction work
  • Sewage plant equipment
  • General construction work for pipelines
  • Ground-drainage work
  • Construction work for water projects
  • Electrical installation work
  • Electrical installation work of heating and other electrical building-equipment
  • Pumps
  • Civil engineering consultancy services

Tags

  • tender

Submission Deadline

4 years ago

Published

4 years ago

Description

NIW wishes to set up a partnering framework to support delivery of all elements of its proposed Living With Water Programme, large projects (greater than £10m) in NI Water’s PC21 and PC27 capital works programme and any joint agency projects as may arise. The intention is to award contracts under this framework in 3 Lots: Lot 1: Civil Engineering Design Consultants; Lot 2: Civil Engineering Contractors; and Lot 3: Process Engineering including MEICA Design and Construction Contractors; Estimated value for the 3 lots for the initial 4 year period and potential 4-year extension period is in the range of £30,000,000 - £120,000,000 (Lot 1); £600,000,000 - £900,000,000 (Lot 2) and £200,000,000 - £400,000,000 (Lot 3). Further information is available within the suite of PQQ tender documents

Similar Contracts

Open

Design and Print Services for Healthcare Quality Improvement (HQIP)

Lot 1 - The NJR Annual Report The NJR Annual Report is a formal NHS England report that presents a statistical analysis of the performance of procedures collected over the preceding 12 months alongside analysis of data over the life of the registry to enable understanding of long-term performance. The report has been produced annually for the past 22 years. As the report is a statistical presentation of the analyses of data, it consists mainly of tables and graphical figures, illustrating outcome performance, with accompanying explanatory text. We are asking bidders of design and layout services that have the capability to prepare a report of this complexity to tender to deliver the services, for the next three years, with the aspirational potential to extend the contract for a further two years. There are also some other associated documents - separate report appendices and hospital reports - as well as a Welsh translation of key report parts; for these we would discuss annually with the supplier what is included in the work. Aims and objectives of the services to be contracted The NJR seeks to commission an agency to design and produce the NJR Annual Report and report-associated supplementary documents. This is an annual project involving the layout range of documents which are listed below. There is also a link to a live website below, where the supplier can see the NJR Annual Report 2025, to view the most recently produced versions of all documents. The total contract value for Lot 1 is £80,000.00 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of up to £26,500.00 per year. The aspirational intent including the core 3 year value, extension value and all other aspirational intent as defined in the specification of this ITT has a potential ceiling value of up to £177,265.00 Lot 2 - HQIP Annual Report and other Ad hoc design services Aims and objectives of the services to be contracted This lot covers two elements: 1.Design of the HQIP Annual Report 2.Ad hoc design services The HQIP Annual Report is an annual requirement. Ad hoc design services will only be called upon when required. The requirement will be for design agency mid-range skill capacity to support the creation of a wide range of visual materials used operationally and to promote messaging in the health sector. The volume of ad hoc work will be dependent on workstreams year-to-year and on the availability of internal resource working on a range of similar activities. 1.Design and layout of the HQIP Annual Report Detail: In accordance with an agreed timetable discussed and agreed between HQIP and the successful bidder, the HQIP Annual Report will be laid out to incorporate the trustees’ report and statutory accounts of the charitable company, as required under Company and Charity Law. Typically the work takes place between September and November and the HQIP Annual Report is around 45 pages. 2.Ad hoc design services Detail: Design of promotional and operational materials will be on an ad hoc basis. Some materials are produced in-house and some by bidders dependant on the availability of resources. The following list of typical collateral represents example work only and is not exhaustive of the type of design work that may be requested. Typical collateral Where applicable, links below are to previous versions of these documents. •Layout of Minimum Data Set (MDS) forms Data collection forms - MDSv8 - The National Joint Registry •Patient Information Leaflet PIL-english-for-web.pdf •Poster for hospitals (link) NJR-Patient-Consent-Poster.pdf •Design and print of factsheet leaflets •Design and print of pull up banners for display at an event stand The total contract value for Lot 2 is £37,500.00 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of up to £12,500.00 per year. The aspirational intent including the core 3 year value, extension value and all other aspirational intent as defined in the specification of this ITT has a potential ceiling value of up to £137,500.00 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=997159664

Katy Reed

Published 4 hours ago
Open

2025 - 1069 Group Electrical Works

Citizen wishes to enter into a Electrical Works Framework with up to three Contractors per Lot. Lots will be split into three geographical areas as described below, to ensure that we receive an excellent service, which represents value for money. Please note this tender is reserved for local suppliers in accordance to the Procurement Act 2023 (Midlands). Lot 1 - Coventry Lot 2 - Birmingham Lot 3 - Worcestershire Lot 4 - herefordshire Typical works that will be required will include but are not limited to: Repair, maintenance and installation of Electrical Works across Citizen's housing stock. It is intended that the contract will run for an in initial four-year period with an optional break at two years and three years subject to a satisfactory review of performance across a range of relevant performance criteria. We are seeking to procure the services of suitably experienced service providers with the capability to deliver the required works and who best meet the need of Citizen and its customers. If you wish to express an interest in this project please ensure you are registered and logged into our Portal. The `Express Interest` button will only appear on the Tender Management page if you are logged in. Applicants are advised to ensure that they do not base their submission on discussions with any other member of Citizen Staff. If you require any clarification on matters contained within the Tender Documents, you must do so via Correspondence of the Citizen E-Procurement portal. Failure to observe this requirement may result in your bid being eliminated. Please note that in the case of tender clarifications where appropriate, answers will be circulated to all tenderers. NB: Should you require assistance or clarification on the use of In-Tend, please contact In-Tend support on 0845 557 8079 / +44 (0) 114 407 0065. You must upload your bid by using the `Attach Documents` button and your return must be submitted via ‘Submit Return’ on the Citizen E-Procurement portal before the deadline date provided in the project details. You will have the option to modify you bid up until the deadline.

Katy Reed

Published 4 hours ago
Open

Decarbonisation Project

1. The existing Neeld Hall & Town Hall is a part of an existing Grade II Listed historic municipal building located between Chippenham High Street and the Borough Parade Car Park. The complex is a mix of historic buildings and modern extensions, serving multiple uses. The complex is surrounded by a mix of commercial, retail, residential units and public realm. 2. The Employer, Chippenham Town Council are undertaking a decarbonisation project of the existing services to the Neeld Hall and Town Hall. 3. The client is submitting the required planning permission and Listed Building Consent for the proposed works, these are yet to be determined. 4. Building Regulations Full Plans approval is to be submitted by the client's team to a Registered Building Control Approver (TBC). The contractor will be responsible for liaising with the inspector to arrange visits. 5. The decarbonisation project comprises front of house mechanical work new radiators and like, back of house mechanical works, ASHP, AHU and other associated plant. The project is divided into 4 sections the front and back of house works to the Neeld Hall and the same to the Town Hall. It should be noted that the Cheese Hall is deemed to fall under the Neeld Hall back of house scope. 6. The client has had several asbestos surveys undertaken. However, the PD has recommended that a further refurbishment survey be undertaken. It's the contractor's responsibility to price for the removal of all ACMs known to date, MEA have included a provisional sum to cover any further ACMs discovered in the subsequent refurbishment survey. 7. These tender documents seek fixed price tenders for these works. The documents comprise the following: a. Drawings, specifications and associated documents for: i. Structures ii. Services b. Pre-Construction H&S Plan and associated documents prepared by the Principal Designer c. The pricing document and associated documents d. Form of Tender 8. The proposed form of contract is the JCT Design and Build 2024; the contract will not be subject to amendments. 9. The Work Schedule included with this Pricing Document has been provided to assist tenderers with their pricing of the Works shown on the drawings, in the specification, etc. and apparent from a site visit. Quantities are provided for information only - it is not a Bill of Quantities. It is the tenderer's responsibility to review all the tender documents and to submit a compliant tender for the entire scope of the project. If tenderers consider that there are works within the tender documents that need pricing in addition to those described within the Work Schedule, then such work should be priced and included in the tender submission and summarised within an addendum paper, or similar. 10. Questions related to the tender documents should be sent by email only to [email protected]. The questions and responses will then be uploaded to contracts finder for all tenderers to review. 11. Tenders should be submitted in hard copy to the Chippenham Town Council Offices; these can be posted (tracked and signed for) or hand delivered. Tenders are to be returned by 4pm, Friday 23rd January 2026. 12. It is not proposed to hold mid-tender reviews with tenderers. However, the client and the project team are available to meet with tenderers if required, by prior arrangement. 13. It's a requirement for tenderers to visit the site prior to submitting tenders due to the complexity of the project and associated logistical and BWIC elements. 14. Tenderers are requested to include evidence of relevant project experience within their tenders, their proposed management team and local supply chain examples. There is also a tender submission checklist which all tenderer's are expected to adhere to. 15. Tenderer's attention to drawn to the chargeable public car park, with a 2-hour limit, there is no onsite parking, there is some limited local street parking available. The Client has not approached Wiltshire Council, the operator, regarding closure of some existing parking spaces. 16. MEA have produced an outline "construction" programme this has been included within the tender pack. The client has access requirements for parts of the front of house areas during the construction period. The Neeld hall is currently used by the client as a performance space, they wish to retain this use for parts of the construction period. The Town Hall is subject to a client direct refurbishment; this is currently planned during the latter period of the overall programme. These requirements are outlined within the MEA tender programme. Whilst we are happy for tenderers to use the MEA programme, we also invite tenderers to submit their own programmes; these proposals will need to be compliant with the client's access requirements. 17. It should also be noted that the client has requested that the Neeld Hall Front of House area be available every Wednesday evening for the duration of the project, due to a prior performance commitment. 18. It should be noted that the start on site date 27.07.26 is the earliest date of possession the client can offer for the programme. 19. During the period between the LOI being issued but pre-start on site, it's anticipated the contractor will be required to undertake several pre-commencement activities. It's expected there will be design work associated with the specialist CDP sections, early procurement and logistical planning and co-ordination. 20. Note, we are not anticipating any deposit payments to be paid throughout the project. 21. The appendix includes a dayworks & overhead statement which needs to be completed and returned with the tender submission. 22. The client and project team will be receptive, and encourage, tenderers making constructive value engineering suggestions with the tender submission. 23. Ecology, we are not aware of any issues. 24. The client has confirmed that the award criteria for the project is as follows; 50% Price, 40% Quality of Submission, 10% Environmental Credentials.

Katy Reed

Published 5 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

epprocurementteamniwater.com

[email protected]

Timeline complete