Contract

CA202 (2024) Provision of Consultancy for Major Transmission and Distribution Projects Lot 1 Pre-Construction Stage and Lot 2 Construction Stage.

  • Northern Ireland Electricity Networks Limited

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-006413

Procurement identifier (OCID): ocds-h6vhtk-0433a6

Published 20 February 2025, 4:46pm



Section one: Contracting entity

one.1) Name and addresses

Northern Ireland Electricity Networks Limited

120 Malone Road,

Belfast,

BT9 5HT

Email

betty.robinson@nienetworks.co.uk

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.nienetworks.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

  • 71313000 - Environmental engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Consultancy for Major Transmission and Distribution Projects Lot 1 Pre-Construction Stage and Lot 2 Construction Stage.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £11,550,000

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

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. Product 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 project.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70%

two.2.11) Information about options

Options: Yes

Description of options

The Framework 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

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

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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 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

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-002210

four.2.9) Information about termination of call for competition in the form of a periodic indicative notice

The contracting entity will not award any further contracts based on the above periodic indicative notice


Section five. Award of contract

Contract No

CA202 2024

Lot No

1

Title

Lot 1 - Provision of Consultancy services for Major Transmission and Distribution Projects at Pre-Construction Stage.

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 February 2025

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

RPS Ireland Limited

Elmwood House, 74 Boucher Road

Belfast

BT12 6RZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

AtkinsRealis UK Limited

Woodcote Grove, Ashley Road, Epsom

Surrey

KT18 5BW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,770,000

Total value of the contract/lot: £5,770,000


Section five. Award of contract

Contract No

CA202

Lot No

2

Title

CA202 - Provision of Environmental Consultancy for Major Transmission and Distribution Projects – Construction Stage Lot 2.

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 February 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

RPS Ireland Limited

Belfast

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RSK Ireland Ltd

Belfast

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,770,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Northern Ireland Electricity Networks Limited

120 Malone Road

Belfast

BT9 5HT

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court in Northern Ireland

Royal Courts of justice, Chichester Street

Belfast

BT1 3JY

Country

United Kingdom