Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks Limited
120 Malone Road,
Belfast,
BT9 5HT
Contact
Betty Robinson
betty.robinson@nienetworks.co.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://e-sourcingni.bravosolution.co.uk
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CA202 (2024) - Provision of Consultancy for Major Transmission and Distribution Projects. Lot 1 - Pre-construction Stage and Lot 2 Construction stage.
Reference number
CA202(2024)
two.1.2) Main CPV code
- 71313100 - Noise-control consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Environmental Consultancy for Major Transmission and Distribution Projects. Lot 1 - Pre-Construction Stage, Lot 2 Construction Stage. Please refer to the Scope of Services for further information.
two.1.5) Estimated total value
Value excluding VAT: £11,550,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1 - Provision of Consultancy services for Major Transmission and Distribution Projects at Pre-Construction Stage.
Lot No
1
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71313100 - Noise-control consultancy services
- 71313420 - Environmental standards for construction
- 71313440 - Environmental Impact Assessment (EIA) services for construction
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
We expect to call upon a suitably qualified Environmental specialist to assist when working on the following areas and topics:
1. Undertake environmental impact assessments and associated desk top studies
2. Develop landscape and visual schemes
3. Undertake noise surveys, assessment/interpretation of said surveys and appropriate modelling
4. Undertake Ecology and Ornithology surveys. This will include but not limited to bird surveys and Flora assessments
5. Undertake Archaeology studies on planned works
6. Undertake Ecology, Hydrology and Hydrogeology surveys and investigations
7. Produce photomontage drawings for planning application and customer engagements
8. Produce Construction Environmental Management Plans for major projects
9. Provide guidance and assistance on planning policies and attend planning consultations as required
The above list may not be exhaustive and will be applicable to overhead line, cable and substation projects
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,770,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be for a period of five (5) years with an option to extend for up to 36 months (8 years in total).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Provision of consultancy services for major transmission and distribution projects at Construction Stage.
Lot No
2
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71313100 - Noise-control consultancy services
- 71313410 - Risk or hazard assessment for construction
- 71313440 - Environmental Impact Assessment (EIA) services for construction
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
We expect to call upon a suitably qualified Environmental specialist to deliver the following as part of Habitat Survey and Planning NI Environmental Impact Assessments;
1. Archaeological Works. This will include on site monitoring, Programme of Works (POW) complication and submission and associated licence applications.
2. Badger surveys/associated licence applications, reporting and sett closures (permanent & temporary)
3. Bat surveys/associated licence applications, reporting, endoscope surveys & supervision of tree felling
4. Ecological Clerk of Work duties to comply with planning conditions/phase 1 habitat surveys eg Devil’s Bit Scabious / Marsh Fritillary surveys
5. Ecology Study to include ecology and cultural heritage report and field study
6. Environmental Consultancy Services
7. Flood Risk & Drainage assessment
8. Noise/Vibration/Dust Assessment & reporting
9. Ornithology reporting e.g. Hen Harrier surveys
The above list may not be exhaustive and will be applicable to overhead line, cable and substation projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,770,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be for a period of three (5) years with an option to extend for up to 36 months, with a total potential duration of eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As specified within the PQQ and/or tender documents available from the address specified with the reference project CA202 2024.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As specified within the PQQ and/or tender documents available from the address specified with the reference project CA202 2024.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 March 2024
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 April 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Northern Ireland Electricity Networks Ltd
120 Malone Road
Belfast
BT9 5HT
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Northern Ireland Electricity Networks Ltd
120 Malone Road
Belfast
BT9 5HT
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3 JY
Country
United Kingdom