Contract

S1110 (2020) Mobile Telecoms Services

  • Northern Ireland Electricity Networks Limited

F06: Contract award notice – utilities

Notice identifier: 2021/S 000-013813

Procurement identifier (OCID): ocds-h6vhtk-02bd68

Published 17 June 2021, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

Northern Ireland Electricity Networks Limited

120 Malone Road,

Belfast,

BT9 5HT

Contact

Noreen Magowan

Email

Noreen.Magowan@nienetworks.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

www.nienetworks.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

S1110 (2020) Mobile Telecoms Services

Reference number

S1110 (2020)

two.1.2) Main CPV code

  • 64200000 - Telecommunications services

two.1.3) Type of contract

Services

two.1.4) Short description

The contracting entity intends to establish a framework arrangement for the provision of mobile telecom services. The framework agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years for any of lots 1 and 2 or lot 4 and for a period of five (5) years, with the option, exercisable exclusively by NIE Networks, to extend the contract for up to a further three (3) years for lot 3, with a total potential duration of eight (8) years for lot 3.

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: £3,114,293

two.2) Description

two.2.1) Title

Lot 1: Provision of Voice and Data Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64212000 - Mobile-telephone services
  • 64212100 - Short Message Service (SMS) services
  • 64212200 - Enhanced Messaging Service (EMS) services
  • 64212300 - Multimedia Message Service (MMS) services
  • 64212400 - Wireless Application Protocol (WAP) services
  • 64212600 - Enhanced Data for GSM Evolution (EDGE) services
  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 64215000 - IP telephone services
  • 72411000 - Internet service providers ISP

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

All works and services as per the key activities below:

NIE Networks requires economic operators to provide a solution capable of supporting NIE Network’s mobile calls, texts and mobile data requirements which are primarily consumed within the UK. International roaming for voice, text and data services are also required by NIE Networks with particular emphasis on roaming services

within the Republic of Ireland.

The services required will also include, the following:

• fixed subscription and call tariffs for each voice and/or data connection in the contract;

• a fixed price subscription for each voice connection over the term of the contract. Each subscription should

include unlimited calls and texts;

• a fixed price subscription for a data bundle to be added to an existing voice connection;

• a fixed price subscription for each data only connection over the term of the contract;

• NIE Networks preference is for a solution that allows a consolidated data allowance to be shared by all eligible

data connections in the contract. To avoid excess data charges from being incurred NIE Networks preference is

to purchase an annual data allowance and draw down on this each month;

• NIE Networks also requires a fixed price subscription for data connections that for business reasons may be

excluded from the consolidated data allowance.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for

this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).

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

Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for

lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the

framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration

of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.

The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity’s

intention, following conclusion of the procurement process, to award either:

1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or

2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents

detail the criteria and process to be adopted to determine whether the contracting entity awards separate

framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice between lots will be based on the basis of both the quality and price proposals put forward by economic

operators

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 Mobile Devices Hardware and Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64212000 - Mobile-telephone services
  • 64212100 - Short Message Service (SMS) services
  • 64212200 - Enhanced Messaging Service (EMS) services
  • 64212300 - Multimedia Message Service (MMS) services
  • 64212400 - Wireless Application Protocol (WAP) services
  • 64212500 - General Packet Radio Services (GPRS) services
  • 64212600 - Enhanced Data for GSM Evolution (EDGE) services
  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 64215000 - IP telephone services
  • 72411000 - Internet service providers ISP

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

Description: all works and services as per the key activities below:

NIE Networks requires economic operators to provide a solution for the supply of equipment (mobile phones,

tablets and data dongles), accessories (cases, screen protectors, chargers and charging cables) and car kits

including fitting.

The services required will include the following:

• an online ordering portal to facilitate orders from an agreed list of mobile phones, tablets, dongles, mobiles and

tablets purchased will primarily be Apple devices with a smaller number of basic and android type phones;

• an online ordering portal to facilitate orders from an agreed list of mobile accessories such as cases, screen

protectors, chargers and cables;

• an ordering process to facilitate orders for the supply and fitting of car kits;

• the ability to track orders to determine their status with regards to processing, delivery and invoicing is

essential.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator

and a reserve economic operator for this lot (in the form attached at Appendix M of the tender documents) with

call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the

tender documents).

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

Options: yes

Description of options:

Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for

lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the

framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration

of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.

The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity’s

intention, following conclusion of the procurement process, to award either:

1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or

2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents

detail the criteria and process to be adopted to determine whether the contracting entity awards separate

framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice

between lots will be based on the basis of both the quality and price proposals put forward by economic

operators.

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 3: Provision of Metering Telemetry Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64212000 - Mobile-telephone services
  • 64212100 - Short Message Service (SMS) services
  • 64212200 - Enhanced Messaging Service (EMS) services
  • 64212300 - Multimedia Message Service (MMS) services
  • 64212400 - Wireless Application Protocol (WAP) services
  • 64212500 - General Packet Radio Services (GPRS) services
  • 64212600 - Enhanced Data for GSM Evolution (EDGE) services
  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 64215000 - IP telephone services
  • 72411000 - Internet service providers ISP

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

Description: all works and services as per the key activities below:

NIE Networks uses an MV90 system to collect ½ hourly meter readings from approximately 12 300 industrial

and commercial premises. The MV90 system communicates with the meters installed in these premises via

outbound calls over two virtual fixed link connections. These connections are currently provisioned over BT

ISDN30e circuits installed in two NIE Networks data centres.

NIE Networks requires economic operators to provide a solution to include the continued SIMs service provision

which also includes the outbound calls that are made from NIE Networks MV90 system to each SIM.

The services required will also include the following:

• an ordering portal to facilitate requests for new connections and amendments to existing connections;

• a fixed price subscription for each connection in the account over the term of the contract inclusive of calls

made from the MV90 system;

• NIE Networks require help desk support with service and connectivity issues relating to individual and clusters

of SIMs.

If this lot is awarded that the contracting entity will enter into a framework agreement with one economic

operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts

allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).

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

Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for

lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the

framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration

of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.

The contracting entity will not award a framework agreement for all four (4) Lots. It is the contracting entity’s

intention, following conclusion of the procurement process, to award either:

1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or

2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents

detail the criteria and process to be adopted to determine whether the contracting entity awards separate

framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice

between lots will be based on the basis of both the quality and price proposals put forward by economic

operators.

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 4: Combined Lot 1 and Lot 2 — Provision of Voice and Data Services, Provision of Mobile Devices

Lot No

4

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64212000 - Mobile-telephone services
  • 64212100 - Short Message Service (SMS) services
  • 64212200 - Enhanced Messaging Service (EMS) services
  • 64212300 - Multimedia Message Service (MMS) services
  • 64212400 - Wireless Application Protocol (WAP) services
  • 64212500 - General Packet Radio Services (GPRS) services
  • 64212600 - Enhanced Data for GSM Evolution (EDGE) services
  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 64215000 - IP telephone services
  • 72411000 - Internet service providers ISP

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

Description: all works and services as per the key activities below:

• NIE Networks requires economic operators to provide a solution capable of supporting NIE Network’s mobile

calls, texts and mobile data requirements which are primarily consumed within the UK. International roaming for voice, text and data services are also required by NIE Networks with particular emphasis on roaming services

within the Republic of Ireland.

The services required will also include, the following:

• fixed subscription and call tariffs for each voice and/or data connection in the contract;

• a fixed price subscription for each voice connection over the term of the contract. Each subscription should

include unlimited calls and texts;

• a fixed price subscription for a data bundle to be added to an existing voice connection;

• a fixed price subscription for each data only connection over the term of the contract;

• NIE Networks preference is for a solution that allows a consolidated data allowance to be shared by all eligible

data connections in the contract. To avoid excess data charges from being incurred NIE Networks preference is

to purchase an annual data allowance and draw down on this each month;

• NIE Networks also requires a fixed price subscription for data connections that for business reasons may be

excluded from the consolidated data allowance.

NIE Networks requires economic operators to provide a solution for the supply of equipment (mobile phones,

tablets and data dongles), accessories (cases, screen protectors, chargers and charging cables) and car kits

including fitting.

The services required will include the following:

• an online ordering portal to facilitate orders from an agreed list of mobile phones, tablets, dongles, mobiles and

tablets purchased will primarily be Apple devices with a smaller number of basic and android type phones;

• an online ordering portal to facilitate orders from an agreed list of mobile accessories such as cases, screen

protectors, chargers and cables;

• an ordering process to facilitate orders for the supply and fitting of car kits;

• the ability to track orders to determine their status with regards to processing, delivery and invoicing is

essential.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for

this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct

award basis, as set out in the call-off procedure (in Appendix C of the tender documents).

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

Description of options:

Each framework agreement will be for a period of three (3) years for either lots 1, 2 or 4 and five (5) years for lot 3 with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years for lots 1, 2 or 4 and three (3) for lot 3, with a total potential duration of eight (8) years.

The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity’s intention, following conclusion of the procurement process, to award either:

1) a framework agreement to the successful economic operator(s) for each of lot 1 and lot 2 and lot 3; or

2) a framework agreement to the successful economic operator for lot 3 and lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for lots 1 and 2 and 3 or a single framework agreement for lot 3 and lot 4. The choice between lots will be based on the basis of both the quality and price proposals put forward by economic operators.

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: 2020/S 080-189824


Section five. Award of contract

Contract No

S1110 (2021) Mobile Telecoms Services

Lot No

1

Title

Provision of Voice and Data Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 June 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Vodafone Limited

Vodafone House, The Connection

Newbury, Berkshire

RG14 2FN

Country

United Kingdom

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

No

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

Total value of the contract/lot: £745,272


Section five. Award of contract

Contract No

S1110 (2021) Mobile Telecoms Services

Lot No

2

Title

Provision of Mobile Devices Hardware and Accessories

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 June 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Vodafone Limited

Vodafone House, The Connection

Newbury, Berkshire

RG14 2FN

Country

United Kingdom

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

No

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

Total value of the contract/lot: £734,660


Section five. Award of contract

Contract No

S1110 (2021) Mobile Telecoms Services

Lot No

3

Title

Provision of Metering Telemetry Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 June 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Vodafone Limited

Vodafone House, The Connection

Newbury, Berkshire

RG14 2FN

Country

United Kingdom

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

No

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

Total value of the contract/lot: £1,634,361


Section five. Award of contract

Contract No

S1110 (2020) Mobile Telecoms Services

Lot No

4

Title

Combined Lot 1 and Lot 2 — Provision of Voice and Data Services, Provision of Mobile Devices

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Northern Ireland Electricity Networks Ltd

120 Malone Road

Belfast

BT9 5HT

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Northern Ireland Electricity Networks Ltd

120 Malone Road

Belfast

BT9 5HT

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chicester Street

Belfast

BT1 3 JY

Country

United Kingdom