Opportunity

Landowner Engagement Framework for Networks NI

  • SONI Ltd

F05: Contract notice – utilities

Notice reference: 2023/S 000-015701

Published 2 June 2023, 1:45pm



Section one: Contracting entity

one.1) Name and addresses

SONI Ltd

12 Manse Road

Belfast

BT6 9RT

Contact

Anna Pocock

Email

tenders2@soni.ltd.uk

Telephone

+44 2890794336

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.soni.ltd.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43172

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Landowner Engagement Framework for Networks NI

Reference number

SONI026

two.1.2) Main CPV code

  • 70332100 - Land management services

two.1.3) Type of contract

Services

two.1.4) Short description

SONI wishes to appoint an appropriately qualified and experienced consultancy firm to assist the business with landowner engagement duties associated with the securing of relevant land rights to facilitate the construction of new transmission assets on behalf of SONI and NIE Networks across Northern Ireland. SONI intends to establish a single supplier framework. The Framework Agreement period will be for an initial duration of five years with the option to extend annually for up to an additional three years, subject always to the satisfactory performance of the supplier.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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

As the electricity transmission system operator for Northern Ireland one of SONI’s key functions is to plan the development of the high voltage transmission network.

Part of this entails achieving consents for new sections of the transmission network, both in terms of public consultation, planning approvals from the relevant local authorities and securing relevant land rights from persons with an interest in land (PILs) on behalf of Northern Ireland Electricity Networks Limited in its capacity as transmission asset owner (NIE Networks), who will enter onto lands to construct and thereafter own the infrastructure.

SONI has the responsibility for securing relevant land rights (including wayleave agreements or options for easements and site acquisition ) and ensuring that any specific conditions or concerns raised by PILs and agreed with SONI are taken into account within the line design process and passed on to NIE Networks as appropriate.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

This framework will be in place for 5 years with the option to extend annually for an additional 3 years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this

notice

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

As this is a framework, the need of the required services may increase or decrease over the term.

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.2.14) Additional information

The estimated value of 2.5 million pound is inclusive of the entire duration.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

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

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

three.1.6) Deposits and guarantees required

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice


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 a single operator

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

7 July 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 August 2023

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

1) Interested parties must register their interest on the mytenders web site (www.mytenders.co.uk) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Portal (www.mytenders.co.uk) only. Registration is free of charge. The contracting authority will

not accept responsibility for information relayed

(or not relayed) via third parties.

2) This is the sole call for competition for this service.

3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

4) Contract award will be subject to the approval of the competent authorities.

5) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.

6) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.

7) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will

always be appended.

8) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229517.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:229517)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit