Tender

S1106 (2025) - Fleet Tracking System

  • Northern Ireland Electricity Networks Limited

F05: Contract notice – utilities

Notice identifier: 2024/S 000-032625

Procurement identifier (OCID): ocds-h6vhtk-04a79a

Published 10 October 2024, 2:11pm



Section one: Contracting entity

one.1) Name and addresses

Northern Ireland Electricity Networks Limited

120 Malone Road

Belfast

BT9 5HT

Email

Clare.Grieve@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

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

S1106 (2025) - Fleet Tracking System

two.1.2) Main CPV code

  • 64226000 - Telematics services

two.1.3) Type of contract

Services

two.1.4) Short description

Northern Ireland Electricity Networks Limited (NIE Networks) has a requirement for the provision of a comprehensive fleet tracking system.

This specification describes the technical requirements and performance characteristics of supplying a Fleet Tracking System for NIE Networks.

The system must be capable of delivering the following benefits to NIE Networks:

• Preventative Maintenance

• Fleet Utilisation

• Reduced Fuel Consumption

• Environmental Impact

• Regulatory Compliance

• Safe Driving initiatives

The requirements is inclusive of the hardware, installation, commissioning, training and support for the complete system including initial setup, consultancy and ongoing maintenance for hardware.

For clarity, the service requirement includes the initial installation of the telematics devices plus the deinstallation and reinstallation of the unit to coincide with the renewal of fleet vehicles over the period of a 5-year vehicle lease.

Following completion of the procurement process, NIE Networks wishes to establish a framework agreement with a suitably qualified and experienced service provider for this requirement. A framework agreement for all Services will be directly awarded to the first placed tenderer submitting the Most Economically Advantageous Tender (MEAT) for this requirement.

The framework agreement will be established for a period of three years with an option (exercisable entirely at NIE Networks sole discretion) to extend for a further period of up to two years – potentially five (5) years in total.

With an estimated spend of up to £650k over the 5 year period.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32441300 - Telematics system
  • 42961300 - Vehicle location system
  • 50000000 - Repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51611100 - Hardware installation services
  • 64226000 - Telematics services
  • 72250000 - System and support services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

NIE Networks has a requirement for the provision of a comprehensive fleet tracking system.

The requirements is inclusive of the hardware, installation, commissioning, training and support for the complete system including initial setup, consultancy and ongoing maintenance for hardware.

Following completion of the procurement process, NIE Networks wishes to establish a framework agreement with a suitably qualified and experienced service provider for this requirement. A framework agreement for all Services will be directly awarded to the first placed tenderer submitting the Most Economically Advantageous Tender (MEAT) for this requirement.

The framework agreement will be established for a period of three years with an option (exercisable entirely at NIE Networks sole discretion) to extend for a further period of up to two years – potentially five (5) years in total.

two.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Optional extension period of up to 2 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Optional extension period of up to 2 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 a single operator

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

11 November 2024

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

12 December 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

Estimated timing for further notices to be published: 48

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