Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks Limited
120 Malone Road,
Belfast
BT9 5HT
Angela.Hutton@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
CA297 - IT Delivery Partners
Reference number
CA297
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
NIE Networks intends, following the process outlined in the Invitation to Tender, to award a number of Framework Agreements to the most economically advantageous Economic Operators for the provision of the Services, across a number of Lots as detailed below.
Lot 1 – ArcGIS Development Partners
This Lot is concerned with the engagement of Economic Operators who can deliver fixed price or time and materials (T&M) ArcGIS development projects in response to NIE Networks’ Description of Services.
It is anticipated that the five most economically advantageous Economic Operators will be awarded a place on the framework and enter into Framework Agreements for this Lot.
5.3. Lot 2 – Maximo Development Partners
This Lot is concerned with the engagement of Economic Operators who can deliver fixed price or time and materials (T&M) Maximo development projects in response to NIE Networks’ Description of Services.
It is anticipated that the five most economically advantageous Economic Operators will be awarded a place on the framework and enter into Framework Agreements for this Lot.
Lot 3 – Agile Project Delivery Partners
This Lot is concerned with the engagement of Economic Operators who can bring together Agile teams to deliver outputs on a fixed price or time and materials (T&M) basis in response to NIE Networks Description of Services.
It is anticipated that the five most economically advantageous Economic Operators will be awarded a place on the framework and enter into Framework Agreements for this Lot.
Lot 4 – Change Project Delivery Partners
This Lot is concerned with the engagement of Economic Operators with extensive Systems Integration experience who can deliver fixed price or time and materials (T&M) development projects in response to NIE Networks’ Description of Services.
It is anticipated that the five most economically advantageous Economic Operators will be awarded a place on the framework and enter into Framework Agreements for this Lot.
two.1.5) Estimated total value
Value excluding VAT: £34,000,000
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 - ArcGIS Development Partners
Lot No
1
two.2.2) Additional CPV code(s)
- 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
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
NIE Networks intends to place a panel of up to five organisations on framework agreements for this Lot 1.
This Lot is for the engagement of Economic Operators who can deliver fixed price or time and materials (T&M) ArcGIS development projects in response to NIE Networks’ Description of Services.
The framework for this lot will be awarded for a period of 3 years, with the option to extend (entirely at the discretion of NIE Networks) for up to a further 2 periods of up to 2 years each. That is a possible 7 years in total (3 years, with optional 2 x 2-year extensions)
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
2 Optional extension periods of up to 2 years each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be for a period of three (3) years with an option, e to extend by two further optional periods of two (2) 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
Lot 2 – Maximo Development Partners
Lot No
2
two.2.2) Additional CPV code(s)
- 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
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
NIE Networks intends to place a panel of up to five organisations on framework agreements for this Lot 2.
This Lot is for the engagement of Economic Operators who can deliver fixed price or time and materials (T&M) Maximo development projects in response to NIE Networks’ Description of Services.
The framework for this lot will be awarded for a period of 3 years, with the option to extend (entirely at the discretion of NIE Networks) for up to a further 2 periods of up to 2 years each. That is a possible 7 years in total (3 years, with optional 2 x 2-year extensions).
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
2 Optional extension periods of up to 2 years each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be for a period of three (3) years with an option, e to extend by two further optional periods of two (2) 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
Lot 3 Agile Project Delivery Partners
Lot No
3
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
- 72211000 - Programming services of systems and user software
- 72212000 - Programming services of application software
- 72224100 - System implementation planning services
- 72420000 - Internet development services
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
This Lot is for the engagement of Economic Operators who can bring together Agile teams to deliver outputs on a fixed price or time and materials (T&M) basis in response to NIE Networks Description of Services.
It is anticipated that the five most economically advantageous Economic Operators will be awarded a place on the framework and enter into Framework Agreements for this Lot.
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: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
2+2 optional extension period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be for a period of three (3) years with an option, e to extend by two further optional periods of two (2) 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
Lot 4 – Change Project Delivery Partners
Lot No
4
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 48000000 - Software package and information systems
- 64200000 - Telecommunications 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
- 72420000 - Internet development services
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
This Lot is concerned with the engagement of Economic Operators with extensive Systems Integration experience who can deliver fixed price or time and materials (T&M) development projects in response to NIE Networks’ Description of Services.
It is anticipated that the five most economically advantageous Economic Operators will be awarded a place on the framework and enter into Framework Agreements for this Lot.
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: £22,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
2 Optional extension periods of up to 2 years each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be for a period of three (3) years with an option, e to extend by two further optional periods of two (2) 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 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: 5
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
16 September 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 November 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: Yes
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
High Court of Justice in Northern Ireland
Royal Courts of justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Northern Ireland Electricity Networks Limited
Belfast
Country
United Kingdom