Section one: Contracting entity
one.1) Name and addresses
National Grid Electricity Transmission PLC
1-3 Strand
London
WC2N 5EH
Contact
Jayne Ridler
Telephone
+44 7970680671
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Scottish Hydro Electric Transmission PLC
Inveralmond House, 200 Dunkeld Road
Perth
PH1 3AQ
Contact
Jill Humphries
Telephone
+44 7918473059
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
England, Wales & Northern Ireland
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Peterhead to North Yorkshire HVDC Link Project
Reference number
Lot 1 Converter - WS3345506888, Lot 2 Cable - WS3337388147 and Lot 3 Turnkey - WS3345119292
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
National Grid Electricity Transmission PLC (NGET) and Scottish Hydro Electric Transmission PLC (the "Employers") are jointly developing a HVDC link between Peterhead, Scotland and Drax, England (the "HVDC Link"). This notice concerns the award of one or more Engineering, Procurement & Construction (EPC) contracts for the detailed design, engineering, procurement, manufacture, installation, construction, testing, commissioning, spares provision, operational hand-over and maintenance of the HVDC Link between Scotland and England.
The procurement is structured in 3 lots consisting of:
Lot 1 - EPC of HVDC, Voltage Source Commutated (VSC) converter stations and HVAC underground cable between Converter Station and Point of Common Connection (PCC) at both Peterhead and Drax.
Lot 2 - EPC of HVDC submarine and underground cable between converter stations at both Peterhead and Drax.
Lot 3 - Lot 1 and Lot 2 combined as a single contract (Turnkey).
two.1.5) Estimated total value
Value excluding VAT: £1,600,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Employers reserve the right to award contracts combining the following lots or groups of lots:
Lot 1 or Lot 2
or
Lot 3
two.2) Description
two.2.1) Title
Lot No: 1 - EPC of HVDC, Voltage Source Commutated (VSC) Converter Stations and HVAC underground cable between Converter Station and Point of Common Connection (PCC) at both Peterhead and Drax
Lot No
1
two.2.2) Additional CPV code(s)
- 31200000 - Electricity distribution and control apparatus
- 31321300 - High-voltage cable
- 45231400 - Construction work for electricity power lines
- 45314310 - Installation of cable laying
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
EPC of Two HVDC VSC converter stations (England and Scotland), including the underground civil works, to accommodate x2 HVDC cable poles over a total route length of approximately 490 km, forming a connection and capable of delivering 2GW as more fully described in the procurement documents.
Applicant's submissions must also include EPC of HVAC cable between the converter station and POCC at Peterhead and Drax. The submission must include interfaces (as defined in the procurement documents) to adjacent cable and converter equipment, allowing interconnection of a final end-to-end solution.
Submissions must include detailed delivery plans/programmes clearly demonstrating how production and installation will be achieved to ensure full commissioning of the HVDC Link by Q4 2029.
The HVDC cable technology is 525kV XLPE, PPL or MIND. Proposed PPL and MIND cable systems (cables and accessories, including factory joints and transition joints) shall be type tested in accordance with Cigre Electra 189 and 171 before the award of the contract. Proposed XLPE cable systems (cables and accessories, including factory joints and transition joints) shall be Pre-Qualification tested in accordance with CIGRE TB852 or TB496 before the award of the contract.
The Employers reserve the right to award Lot 1 and Lot 2 to the same Tenderer or to separate Tenderers. The Employers further reserve the right to award, alternatively, Lot 3 instead of Lot 1 and Lot 2.
The Employers reserves the right to take up to a maximum of three successful Tenderers who achieve the highest scores across the criteria through to RFP stage.
Applicants are advised that, for the purpose of the contracts, the Employers may potentially enter into joint venture arrangements prior to awarding any contract from this activity. If this approach were to be adopted and, depending on the nature of the joint venture arrangements, the successful applicant(s) may be required to enter into a contract with a new JV entity relating to the execution of the works and services being procured
The Employers are considering the potential to award early works
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: £480,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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
Maintenance for Converter Stations
two.2) Description
two.2.1) Title
Lot No: 2 - EPC of HVDC submarine and underground cable between Converter Stations at both Peterhead and Drax
Lot No
2
two.2.2) Additional CPV code(s)
- 31200000 - Electricity distribution and control apparatus
- 31321300 - High-voltage cable
- 31321500 - Submarine cable
- 45231400 - Construction work for electricity power lines
- 45314310 - Installation of cable laying
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK and UK Territorial waters
two.2.4) Description of the procurement
EPC of two HVDC cable poles (underground and submarine cable), including the underground civils works, over a total route length of approximately 490 km, forming part of a connection between two HVDC converter stations (England and Scotland) and capable of delivering 2GW Or 1.4GW - 1.6GW.
Lot 2 will be split into 2 sub lots and all Applicants will be required to submit a compliant response for at least one or more of the sub lots. The sub lots are:
• Lot 2a 2 GW, 2 Cable 525kV solution
• Lot 2b 1.4GW - 1.6GW, 2 Cable 525kV solution
Only one sub lot will be selected by the Employers.
Submissions must include detailed delivery plans/programmes clearly demonstrating how production and installation will be achieved to ensure full commissioning of the HVDC Link by Q4 2029.
The HVDC cable technology is 525kV XLPE, PPL or MIND and Applicant's must note that the cable system (cables and accessories, including factory joints and transition joints) proposed in their design must have been type tested in accordance with Cigre Electra 189 and 171 before the award of the contract. Proposed XLPE cable systems (cables and accessories, including factory joints and transition joints) shall be Pre-Qualification tested in accordance with CIGRE TB852 or TB496 before the award of the contract.
The Employers reserve the right to award Lot 1 and Lot 2 to the same Tenderer or to separate Tenderers. The Employers further reserve the right to award, alternatively, Lot 3 instead of Lot 1 and Lot 2.
The Employers reserves the right to take up to a maximum of twelve successful Tenderers (in accordance with the Procurement documents) who achieve the highest scores across the criteria through to RFP stage. This comprises up to a maximum of six for sub lot 2a and six for sub lot 2b.
Applicants are advised that, for the purpose of the contracts, the Employers may potentially enter into joint venture arrangements prior to awarding any contract from this activity. If this approach were to be adopted and, depending on the nature of the joint venture arrangements, the successful applicant(s) may be required to enter into a contract with a new JV entity relating to the execution of the works and services being procured.
The Employers are considering the potential to award early works.
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: £1,154,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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
• Provide a spare duct at each landfall
• Post Delivery Support Agreement
two.2) Description
two.2.1) Title
Lot No: 3 - Lot 1 (Converter) and Lot 2 (Cable) combined as a single contract (Turnkey)
Lot No
3
two.2.2) Additional CPV code(s)
- 31200000 - Electricity distribution and control apparatus
- 31321300 - High-voltage cable
- 31321500 - Submarine cable
- 45231400 - Construction work for electricity power lines
- 45314310 - Installation of cable laying
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK and UK territorial waters
two.2.4) Description of the procurement
EPC of Two HVDC VSC converter stations (England and Scotland), including the underground civils works, to accommodate x2 HVDC cable poles over a total route length of approximately 490 km, forming a connection and capable of delivering 2GW or 1.4GW - 1.6GW.
Applicants are advised that the two cable sub-lots described in II.3.4 apply equally to Lot 3.
Applicant's submission must also include EPC of HVAC cable between the converter station and POCC at Peterhead and Drax. The submission must include interfaces (as defined in the procurement documents) to adjacent cable and converter equipment, allowing interconnection of a final end-to-end solution.
Submissions must include detailed delivery plans/programmes clearly demonstrating how production and installation will be achieved to ensure full commissioning of the HVDC Link by Q4 2029.
The HVDC cable technology is 525kV XLPE, PPL or MIND. Proposed PPL and MIND cable systems (cables and accessories, including factory joints and transition joints) shall be type tested in accordance with Cigre Electra 189 and 171 before the award of the contract. Proposed XLPE cable systems (cables and accessories, including factory joints and transition joints) shall be Pre-Qualification tested in accordance with CIGRE TB852 or TB496 before the award of the contract.
Applicant's submission must also include EPC of HVAC cable between the converter station and POCC at Peterhead and Drax. The submission must include transition joints (as defined in the Tender Documents) to adjacent cable and converter equipment, allowing interconnection of a final end-to-end solution.
Submissions must include detailed delivery plans/programmes clearly demonstrating how production and installation will be achieved to ensure full commissioning of the HVDC Link by Q4 2029.
The Employers reserve the right not to award a Lot 3. The Constituent parts of any joint venture or consortium participating in Lot 3 will be expected also to participate in Lot 1 and Lot 2
The Employers reserves the right to take up to a maximum of three successful Applicants who achieve the highest scores across the criteria through to RFP stage
Applicant's are advised that, for the purpose of the contracts, the Employers may potentially enter into joint venture arrangements prior to awarding any contract from this activity. If this approach were to be adopted and, depending on the nature of the joint venture arrangements, the successful applicant(s) may be required to enter into a contract with a new JV entity relating to the execution of the works and services being procured.
The Employers is considering the potential to award early works.
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: £1,600,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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
Provide a spare duct at each landfall
Post Delivery Support Agreement;
Maintenance for Converter Stations
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 described in the procurement documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
As described in the procurement documents
Minimum level(s) of standards possibly required
As described in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
As described in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As described in the procurement documents
three.1.6) Deposits and guarantees required
The following contractual security may be required from the Applicants:
Parent company guarantees from the ultimate parent company or equivalent third party security
Performance and warranty bonds
Collateral warranties in favour of the Employers from all key subcontractors (to be determined by the Employers)
Advance payment bonds if the Employers agree to an advance payment in each case as more fully described in the procurement documents
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Scotland to England Green Link (SEGL) 2 is subject to regulation under the Ofgem RIIO-T2 Large Onshore Transmission Investment regime and therefore the project costs and payment provisions may be subject to regulatory oversight.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Where there is a group of economic operators, joint venture or consortium each economic operator, joint venture partner or consortium member must be jointly and severally liable for the whole of the performance of the obligations under any contract to which it is a party.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contracts will be structured on an Engineer, Procure and Construct ("EPC") basis, will be subject to the laws of England & Wales, and will contain performance guarantees. Completion and full commissioning of the HVDC Link needs to be scheduled to be completed by Q4 2029. Full details of the contract performance conditions are described in procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
9 March 2022
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 June 2022
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: 16 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Applicants are advised that, for the purpose of the contracts, the Employers may potentially enter into joint venture arrangements prior to awarding any contract from this activity. If this approach were to be adopted and, depending on the nature of the joint venture arrangements, the successful applicant(s) may be required to enter into a contract with a new JV entity relating to the execution of the works and services being procured
The Employers reserve the right to withdraw this notice or any of the lots included in this notice at any time for whatever reason. In the event that the Employers decide to withdraw any lots within this notice, the Employers reserve the right to continue the process in respect of any of the remaining lots.
The Employers reserve the right to award Lot 1 and Lot 2 to the same Tenderer or to separate Tenderers. The Employers further reserve the right to award, alternatively, Lot 3 instead of Lot 1 and Lot 2.
Applicants shall be fully responsible for the costs of responding to this procurement at all stages of the procurement and in no circumstances do the Employers accept any liability for any costs incurred by any Applicants, howsoever or whensoever incurred.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
Queen's Bench Division Divisional Court, Royal Courts of Justice,
Strand, London
WC2A 2LL
Country
United Kingdom