Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks
120 Malone Road
Belfast
BT9 5HT
Anna.McWhirter@nienetworks.co.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
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
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Construction, Refurbishment & Restringing of Transmission Overhead Lines
Reference number
T312 (2025)
two.1.2) Main CPV code
- 45231400 - Construction work for electricity power lines
two.1.3) Type of contract
Works
two.1.4) Short description
NIE Networks has a requirement for the provision of Construction, Refurbishment & Restringing of Transmission Overhead Lines (Framework Agreement).
The works required under this Framework Agreement will be carried out on 33kV (tower lines only), 110kV and 275kV steel and woodpole structures and will include asset replacement, refurbishment, uprate and new build type works as well as facilitating fault & emergency works (Works).
The Works are divided into 2 Lots and will include but not be limited to the following:
Lot 1: Transmission Rolling Programme Works including but not limited:
i) Refurbishment of 275kV steel tower overhead lines;
ii) Refurbishment of 110kV steel tower overhead lines (single and dual circuit);
iii) Refurbishment of 110kV wood pole overhead lines
iv) Transmission wood pole replacement;
v) Refurbishment of 33kV steel tower overhead lines (single and dual circuit);
vi) Provision of day rate resources; and
vii) Fault & emergency works.
Lot 2: Projects can include but not limited to the following:
i) New build works on single and dual circuits operating at 33,110 & 275kV voltages;
ii) Asset replacement works on single and dual circuits operating at 33,110 & 275kV voltages;
iii) Uprate works on single and dual circuits operating at 33,110 & 275kV voltages;
iv) Provision of day rate resources; and
v) Fault & emergency works.
The purpose of this Procurement is to identify and assess potential contractors with a view to awarding Framework Agreements to provide transmission overhead line Works throughout Northern Ireland.
two.1.5) Estimated total value
Value excluding VAT: £222,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Rolling Programme Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45231400 - Construction work for electricity power lines
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Throughout Northern Ireland
two.2.4) Description of the procurement
Lot 1: Transmission Rolling Programme Works including but not limited to:
i) Refurbishment of 275kV steel tower overhead lines;
ii) Refurbishment of 110kV steel tower overhead lines (single and dual circuit);
iii) Refurbishment of 110kV wood pole overhead lines
iv) Transmission wood pole replacement;
v) Refurbishment of 33kV steel tower overhead lines (single and dual circuit);
vi) Provision of day rate resources; and
vii) Fault & emergency works.
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: £11,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
It is anticipated that up to 8 (eight) tenderers that achieve the highest Most Economically Advantageous Tender (MEAT) scores will each be awarded a separate Framework Agreement.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Each Framework Agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of NIE Networks and subject to the terms of the Framework Agreement, to extend by a further optional three (3) year period, with a total potential duration of eight (8) 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
Transmission Project Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45231400 - Construction work for electricity power lines
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Throughout Northern Ireland
two.2.4) Description of the procurement
Lot 2: Transmission Project Works can include but not limited to the following:
i) New build works on single and dual circuits operating at 33,110 & 275kV voltages;
ii) Asset replacement works on single and dual circuits operating at 33,110 & 275kV voltages;
iii) Uprate works on single and dual circuits operating at 33,110 & 275kV voltages;
iv) Provision of day rate resources; and
v) Fault & emergency works.
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: £211,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Each Framework Agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the NIE Networks and subject to the terms of the Framework Agreement, to extend by a further optional three (3) year period, with a total potential duration of eight (8) years
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
It is anticipated that up to 8 (eight) tenderers that achieve the highest Most Economically Advantageous Tender (MEAT) scores will each be awarded a separate Framework Agreement.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Each Framework Agreement will be for a period of five (5) 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 three (3) year period, with a total potential duration of eight (8) 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.1.2) 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.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Envisaged maximum number of participants to the framework agreement: 16
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
15 August 2024
Local time
12:00pm
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: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom
Internet address
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 3JY
Country
United Kingdom