Contract

Great Grid Partnership

  • NATIONAL GRID ELECTRICITY TRANSMISSION PLC

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-016929

Procurement identifier (OCID): ocds-h6vhtk-03c630

Published 30 May 2024, 4:07pm



Section one: Contracting entity

one.1) Name and addresses

NATIONAL GRID ELECTRICITY TRANSMISSION PLC

1 - 3 Strand

LONDON

WC2N5EH

Email

SIProcurement@nationalgrid.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

02366977

Internet address(es)

Main address

https://www.nationalgrid.com/

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Great Grid Partnership

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

NGET has appointed partners (Enterprise Partners) with the capacity and capability to deliver its strategic infrastructure priorities through a collaborative delivery model (the Great Grid Partnership). The procurement comprises two lots:

- Lot 1 is a design, consenting and environmental services lot under which NGET has appointed two Enterprise Partners plus one Reserve Partner (the appointment of the Reserve Partner remains subject to contract as at the date of publication of this notice).

- Lot 2 is a construction works and services lot under which NGET has appointed five Enterprise Partners plus one Reserve Partner (the appointment of the Reserve Partner remains subject to contract as at the date of publication of this notice).

The contractual arrangements comprise a main Enterprise Agreement regulating the rights and obligations of NGET and the Enterprise Partners, with call-off contracts for individual packages using the NEC4 family of contracts.

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: £9,280,000,000

two.2) Description

two.2.1) Title

Design, consenting and environmental services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Please refer to the contract notice that was published on 30 May 2023 with notice reference 2023/S 000-015304 (the Contract Notice).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30%

Quality criterion - Name: Integration / Weighting: 30%

Quality criterion - Name: Behaviours / Weighting: 10%

Quality criterion - Name: Acceptance of Enterprise Agreement / Weighting: P/F

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

As explained in the Contract Notice, the duration of the Enterprise Agreement is an initial 8 years, but extendable up to 12 years at NGET's option.

two.2) Description

two.2.1) Title

Construction

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 51110000 - Installation services of electrical equipment
  • 65300000 - Electricity distribution and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Please refer to the Contract Notice.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30%

Quality criterion - Name: Integration / Weighting: 30%

Quality criterion - Name: Behaviours / Weighting: 10%

Quality criterion - Name: Acceptance of Enterprise Agreement / Weighting: P/F

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

As explained in the Contract Notice, the duration of the Enterprise Agreement is an initial 8 years, but extendable up to 12 years at NGET's option.


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-015304


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

WSP UK Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01383511

The contractor is an SME

No

five.2.3) Name and address of the contractor

AECOM Arup Joint Venture

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01846493 & 1312453

The contractor is an SME

No

five.2.3) Name and address of the contractor

Jacobs UK Limited (Reserve Partner)

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02594504

The contractor is an SME

No

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

Total value of the contract/lot: £580,000,000


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2024

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Laing O'Rourke Delivery Limited

Dartford

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04309402

The contractor is an SME

No

five.2.3) Name and address of the contractor

Powerteam Electrical Services (UK) Limited (t/a Omexom); and VINCI Construction UK Limited (t/a Taylor Woodrow) JV

Belfast & Watford

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

NI034635 & 02295904

The contractor is an SME

No

five.2.3) Name and address of the contractor

J Murphy and Sons Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

00492042

The contractor is an SME

No

five.2.3) Name and address of the contractor

Morgan Sindall Construction & Infrastructure Limited

Rugby

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04273754

The contractor is an SME

No

five.2.3) Name and address of the contractor

Morrison Energy Services (Transmission Networks) Limited

Stevenage

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

00245626

The contractor is an SME

No

five.2.3) Name and address of the contractor

Balfour Beatty Utility Solutions Limited (Reserve Partner)

Sheffield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01062438

The contractor is an SME

No

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

Total value of the contract/lot: £8,700,000,000


Section six. Complementary information

six.3) Additional information

As anticipated by the Contract Notice, NGET has appointed a Reserve Partner in each Lot, alongside the Enterprise Partners. The Reserve Partners are Jacobs UK Limited (Lot 1) and Balfour Beatty Utility Solutions Limited (Lot 2). The final appointment of the Reserve Partners in each Lot remains subject to contract as at the date of publication of this notice.

All financial values stated in this notice replicate those in the Contract Notice which were calculated using then-current prices plus assumed inflation based on RPI forecast rates to 2032. All of these values are estimates only and the final outturn values will depend on the precise works and services required to be delivered, the means of delivery, the way in which programme and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors.

Please refer to the Contract Notice for details of the scale of this procurement, the identified projects and the wider scope of the Great Grid Partnership.

The Great Grid Partnership constitutes a single programme to achieve National Grid's Great Grid Upgrade (https://www.nationalgrid.com/the-great-grid-upgrade). It is currently anticipated that this programme will be delivered by the Enterprise Partners through the Enterprise Agreement and the call-off contracts awarded under it, and the full scope of that is included in the scope advertised by the Contract Notice. However, and without limiting that, the works and services awarded to Enterprise Partner(s) may extend beyond that to involve additional works and services, through the award of further contracts in reliance on the procedure in Regulation 50(1)(f) of the Utilities Contracts Regulations 2016 and/or any successor provision in the new Procurement Act 2023, when enacted, concerning direct awards for additional or repeat or similar works or services (including, without limitation, paragraph 8 of Schedule 5 of the Procurement Act 2023, for the purposes of which this contract award notice together with the Contract Notice is to be regarded as a "tender notice or any tender document"). Any contracts for new works or services consisting in the repetition of similar works or services will conform to the Great Grid Upgrade programme and / or a particular project for which packages are called-off under the Great Grid Partnership.

The Enterprise Agreement may be awarded by, or novated to, a member of the National Grid group other than NGET.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom