Tender

HV Maintenance, Cable Faults & Protection

  • SSE plc

F05: Contract notice – utilities

Notice identifier: 2023/S 000-003562

Procurement identifier (OCID): ocds-h6vhtk-03a31e

Published 6 February 2023, 12:30pm



Section one: Contracting entity

one.1) Name and addresses

SSE plc

200 Dunkeld Road

Perth

PH1 3AQ

Contact

Lyndsey McGinness

Email

Lyndsey.mcginness@sse.com

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.sse.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sse.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sse.app.jaggaer.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Other activity

Energy


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HV Maintenance, Cable Faults & Protection

Reference number

ITT_1466

two.1.2) Main CPV code

  • 45259000 - Repair and maintenance of plant

two.1.3) Type of contract

Works

two.1.4) Short description

Planned and Reactive Maintenance along with the Testing of High Low and Extra Low voltage equipment and associated protection systems to maintain HV network integrity across multiple locations in the Republic of Ireland, Scotland, England and Northern Ireland.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

HV Maintenance, Cable Faults & Protection

Lot No

Lot 1 - 10

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant

two.2.3) Place of performance

NUTS codes
  • IE0 - Ireland
  • UK - United Kingdom
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

Sites are located in Northern Ireland, ROI, Scotland and England, these Regions will also be separated by Lot in the Tender

two.2.4) Description of the procurement

A multi contractor framework is required for Planned and Reactive Maintenance along with the Testing of High Low and Extra Low voltage equipment and associated protection systems to maintain HV network integrity for our network across multiple locations in the Republic of Ireland, Scotland, England and Northern Ireland.

Activities include;

• Respond to and carry out electrical fault repairs and provide a call-out service as specified with each call-off order.

• Provide plant, equipment and suitably qualified staff required relative to the scope of works as specified within each call-off order.

• Submit electronically, to the Employer’s Representative, detailed report of any completed scope of works within two months of the work being carried out. The report should detail all the work carried out making reference to the asset serial numbers.

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: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

A further 2 x 1 year option year extensions are proposed subject to satisfactory performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Selection criteria as stated in the procurement documents

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 February 2023

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 February 2023

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

High Court

London

Country

United Kingdom