Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks Limited
120 Malone Road,
Belfast,
BT9 5HT
Contact
Noreen Magowan
Noreen.Magowan@nienetworks.co.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
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