Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks
120 Malone Road,
Belfast,
BT9 5HT
Contact
Anna McWhirter
Anna.McWhirter@nienetworks.co.uk
Country
United Kingdom
NUTS 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
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Safety Culture Transformation
Reference number
CA289 (2022)
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NIE Networks has recognised the need to, and has made a commitment to positively transform its safety culture.
Some of the key points of these interventions are as follows:
• The Safety Culture Assessment, associated feedback and communication to the wider organisation were all carried out using methodologies derived from the Integral Model as proposed originally by American philosopher Ken Wilber. As an organisation we have become familiar with the language around this, hence the strong requirement that potential suppliers would also have experience in safety culture transformation using this approach.
• The hiring and training of NIE Networks coaches should enable NIE Networks to become self sufficient, to a degree, in this space over the longer term. It is envisaged that these coaches will help to deliver significant elements of the plan in due course.
• It is recognised by the business that a transformation in safety culture is required, however it has also been recognised that significant other delivery pressures already exist. Therefore any proposed delivery plan should be both transformational and sustainable.
• The tender opportunity has been divided into two lots; Lot 1 will be the larger lot which will primarily focus on the the setup of the teams required to make a transformation, while Lot 2 will be focused on the creation and delivery of the two elements of leadership training identified.
Potential suppliers can submit bids for one or both lots.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
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 - Safety Culture Transformation Partner
Lot No
1
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
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
Lot 1 will primarily focus on the the setup of the teams required to make a transformation. A team of 4 – 6 coaches are to be appointed to aid delivery of all of the subsequent elements of work. The coaches will receive training and will ultimately allow NIE Networks to reduce our external commitment in the medium to long term.
The preferred supplier will need to assist with the process of identifying and recruiting new coaches, and then take responsibility for training and developing this team to work as part of the delivery team. The staff identified should be people with a passion for people, safety and the future of NIE Networks. As part of the training and development package offered, coaches should have the option of attaining professionally recognised coaching qualifications.
One Business Leadership Team is to be established to provide and ensure ongoing focus, support and direction in bringing the aligned commitment statement and associated values to life for the whole company and in delivering the associated elements of this programme.
The preferred supplier will need to setup, launch and support a Business Leadership Team consisting of, as a minimum, our Executive Directors. This team should meet monthly and should provide appropriate leadership to enable the safety culture transformation generally, and specifically to the proposed Senior Management and Local Leadership Teams, as well as the Adaptive Challenge teams.
Five Senior Manager Leadership Teams are to be established to provide and ensure ongoing focus, support and direction in bringing the aligned commitment statement and associated values to life within each of our five Directorates and in delivering the associated elements of this programme.
Three Adaptive Leadership Teams are to be established to initially review the three negative underlying conditions highlighted in the integral assessment.
Six Local Leadership Teams are to be established to provide an effective forum for engaging staff to identify and address local technical and adaptive challenges.
Introductory training session to be prepared, and delivered to all employees.
Please refer to the full Specification document for further details on requirements for Lot 1.
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
60
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
This contract shall be for a period of 3 years, with the option to extend for up to a further 2 years (entirely at the discretion of NIE Networks).
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 - Leadership Development
Lot No
2
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
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
Leadership training is to be provided to all front line industrial and operational staff.
The successful supplier will need to develop and deliver (with the assistance of NIE Networks Coaches) a leadership course aimed at NIE Networks’ industrial and operational staff. The aim of this course will be to instil within this group of staff the confidence, will and skills to ensure that they and their colleagues go home safely every day.
Leadership training to be provided to all first line and senior management staff.
The successful supplier will need to develop and deliver (with the assistance of NIE Networks Coaches) a leadership course aimed at NIE Networks’ management. The aim of this course will be to instil within this group of staff transformational skills that managers require in order to be highly functional, influential and engaging.
Please refer to full Specification for detailed requirements in relation to Lot 2.
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
60
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
This contract is for 3 years with the option to extend for up to a further 2 years (entirely at the discretion of NIE Networks).
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.1.2) 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
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: 2
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
26 May 2022
Local time
12:00pm
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
NIE Networks Limited
120 Malone Road
Belfast
BT9 5HT
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
Country
United Kingdom