Section one: Contracting entity
one.1) Name and addresses
NATIONAL GRID ELECTRICITY TRANSMISSION PLC
1 - 3 Strand
LONDON
WC2N5EH
Contact
Krishna Chauhan
Krishna.Chauhan@nationalgrid.com
Telephone
+44 7866154330
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
2366977
Internet address(es)
Main address
https://www.nationalgrid.com/electricity-transmission/innovation
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.nationalgrid.com/electricity-transmission/innovation/how-to-work-with-us
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.nationalgrid.com/electricity-transmission/innovation/how-to-work-with-us
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NGET Call For Innovation - Innovative Solutions For Partial Discharge Monitoring On Substation Assets
Reference number
CFI002
two.1.2) Main CPV code
- 71700000 - Monitoring and control services
two.1.3) Type of contract
Services
two.1.4) Short description
The Call for Innovation (CFI) is an approach to the market to see what products and services are available in the industry with funding coming from Ofgem's Network Innovation Allowance.
A CFI is not a formal competitive tender process but is an approach to the market with a specific problem statement or topic of interest that National Grid would like to hear ideas about from the marketplace.
All information received will be used to consider whether we want to engage with a specific supplier or whether we believe a competitive tender approach is required. Essentially this CFI will inform or dictate our procurement strategy.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 65300000 - Electricity distribution and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
National Grid Electricity Transmission (NGET) currently carries out routine radio frequency interference (RFI) surveys using hand held survey technology and trailer bound equipment to monitor partial discharge (PD) activities in substations. The survey results are important for NGET to implement effective asset management.
However, due to the intermittent nature of PD, the surveys cannot capture all PD activities and thus can miss early signs of asset failures. The survey activities and the maintenance of the trailer fleet also incur overheads and carbon emission. NGET thus seeks more efficiency ways to monitor PD activities in substation.
The purpose of this CFI is to help NGET to identify:
• A solution for long-term PD monitoring that is suitable for HV transmission substation assets and involves minimum manual intervention
This CFI will inform NGET about current state-of-the-art of long-term PD monitoring and the approach of obtaining the required resources, products and services.
NGET is looking to explore what services could be developed and/or packaged to address the requirements with reference to geographical coverage, information about these services and companies able to provide them, and the interest from the supply base in working with National Grid.
The solution(s) must:
• Be able to provide the same or higher quality of PD monitoring results when compared with NGET's current methods
• Have the potential to provide long-term PD monitoring in HV transmission substations
• Have the potential to replace the current manual RFI survey which is based on hand held, portable equipment and trailer bound monitoring technology.
• Be non-intrusive and does not require an outage for installation, maintenance or repairment
• Be effective and efficient in PD monitoring with minimal manual intervention
• Be of an optimised design to ensure space efficiency while being maintainable
• Be able to last for at least 12 months in a HV substation environment uninterrupted
• Be able to interface via suitable means to substation systems, e.g., secure IP rated power connectors to LVAC systems
• Meet all relevant NG technical specifications
• Comply with all relevant industry and international standards
• Be clear on asset lifecycle and lifespan
• Have provision for an implementation/delivery plan or timescales
• Have provision for the cost for the contractor to deliver the project proposal / response to this call
The solution(s) should:
• Consider different delivery platforms to achieve minimal CAPEX and OPEX
• Have relevant product or service certification to operate within a substation environment or electricity network.
• Be redeployable
• Economical and time efficient service schedule(s).
• Minimal environmental impact - from the manufacture to operations.
• Require minimal civil works to install.
• Be able to monitor all areas of a High Voltage substation
• Be deployable and redeployable by National Grid Technicians
• Be configurable by National Grid technicians without recourse to supplier.
The solution(s) won't:
• Be a research project or concept (TRL 1 - 4)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
NGET will have the option to extend the term of any agreement.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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
26 April 2023
Local time
5:00pm
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
National Grid Electricity Transmission Plc
Warwick
Country
United Kingdom