Tender

CA299 (2024) - Programme/Project Services Resource Augmentation Framework

  • Northern Ireland Electricity Networks Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-017390

Procurement identifier (OCID): ocds-h6vhtk-046d88

Published 5 June 2024, 11:52am



Section one: Contracting entity

one.1) Name and addresses

Northern Ireland Electricity Networks Limited

120 Malone Road,

Belfast,

BT9 5HT

Contact

Betty Robinson

Email

betty.robinson@nienetworks.co.uk

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.nienetworks.co.uk

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://e-sourcingni.bravosolution.co.uk

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CA299 (2024) - Programme/Project Services Resource Augmentation Framework

Reference number

CA299(2024)

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Contract Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreement for the provision of Programme and Project Services Resource Augmentation across a number of separate lots. Each framework will be for a period of three(3) years with an option, exercisable entirely at the discretion of the Contracting entity of up to four(4) years, with a total potential duration of seven (7) years.

two.1.5) Estimated total value

Value excluding VAT: £29,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Programme/Project Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 72100000 - Hardware consultancy services
  • 72200000 - Software programming and consultancy services
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72220000 - Systems and technical consultancy services
  • 72224100 - System implementation planning services
  • 79610000 - Placement services of personnel

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

Provision of experienced Programme and Project management resources to assist in the delivery of Digital, IT and Data Projects.

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: £18,000,000

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

Duration in months

84

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

The contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into a separate Framework Agreements for the provision of Programme/Project Services Resource Augmentation across a number of separate lots. Each Framework Agreement will be for a period of (3) years with an option, exercisable entirely at the discretion of the Contracting Entity of up to four (4) years with a total potential duration of seven (7) years.

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

Business Change

Lot No

2

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72220000 - Systems and technical consultancy services
  • 72224100 - System implementation planning services
  • 79610000 - Placement services of personnel

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

Provision of experienced business change resources to assist in the delivery of Digital, IT and Data change Projects.

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: £4,000,000

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

Duration in months

84

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

The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreement for the provision of Programme and Project Services Resource Augmentation across a number of separate lots. Each 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 two (2) optional period of up to four (4) years, with a total potential duration of seven (7) years.

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

Quality Assurance

Lot No

3

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72220000 - Systems and technical consultancy services
  • 72253200 - Systems support services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Provision of experienced Quality Assurance(QA)/Testing resources to assist in the delivery of Digital, IT and Data Protection.

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: £7,000,000

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

Duration in months

84

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

The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into separate Framework Agreement for the provision of Programme and Project Services Resource Augmentation across a number of separate Lots. Each framework 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 two (2) optional period of up to four (4) years, with a total potential duration of seven (7) years.

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

List and brief description of conditions

As specified within the PQQ and/or tender documents available from the address specified with the reference project CA299 2024.

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

As specified within the PQQ and/or tender documents available from the address specified with the reference project CA299 2024.


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

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

8 July 2024

Local time

3:00pm

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

22 August 2024

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

Northern Ireland Electricity Networks Limited

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, Chichester Street

Belfast

BT1 3 JY

Country

United Kingdom