- Scope of the procurement
- Lot 1 - Innovation and Engineering Consultancy
- Lot 2 - Telecommunication
- Lot 3 - Network Data Analysis
- Lot 4 - DSO Architecture, Energy Economics, Regulation and Market Operation
- Lot 5 - Asset Strategy & Optimisation
- Lot 6 - Low Carbon Modelling and Consumer Insights
- Lot 7 - Tariff Design, Reform & Network Modelling
Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks Limited
120 Malone Road,
Belfast,
BT9 5HT
Contact
Betty Robinson
betty.robinson@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
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
CA260 (2024) - Provision of Engineering,Data, Strategy and Management Services.
Reference number
CA260(2024)
two.1.2) Main CPV code
- 73210000 - Research consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Engineering, Data,Strategy and Management Services. Please refer to the Scope of Services for further information.
two.1.5) Estimated total value
Value excluding VAT: £14,700,000
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 - Innovation and Engineering Consultancy
Lot No
1
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71316000 - Telecommunication consultancy services
- 71320000 - Engineering design services
- 71334000 - Mechanical and electrical engineering services
- 71350000 - Engineering-related scientific and technical services
- 71620000 - Analysis services
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
- 72212461 - Analytical or scientific software development services
- 72316000 - Data analysis 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
Lot 1 - Innovation and Engineering Consultancy
1. Undertake technology and market assessment, reviewing similar projects in other jurisdictions and undertaking internal and external engagement
2. Develop high and low-level trial designs, solution architecture development and optioneering
3. Undertake traditional and novel system modelling, network design and optioneering
4. Develop solution and equipment specifications and support procurement
5. Undertake data analysis and modelling, and prepare business cases and cost benefit analyses
6. Undertake policy and legislative reviews, and business as usual impact assessments
7. Support the initial and iterative development of Network Development Plans (NDP)
8. Produce project reports, plans and other documents, disseminating findings to both internal and external stakeholders
9. Provide project management support or resources
10. Develop innovation project proposals including methodologies and business cases
The above list may not be exhaustive.
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: £6,710,000
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
Envisaged minimum number: 8
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As specified within the PQQ and/or tender documents available from the address specified with the tender reference project CA260 2024.
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 five (5) years with an option to extend for up to 36 months (8 years in total).
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 - Telecommunication
Lot No
2
two.2.2) Additional CPV code(s)
- 71316000 - Telecommunication consultancy 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
Lot 2 - Telecommunication
1. Support the development of a private Long-Term Evolution (p-LTE) cellular network for utility purposes; including delivering a demonstrator pilot and long term roll out
2. Provide expert advice and support to assist in the operation and development of the Operational Telecommunications Network (OTN) and Supervisory Control and Data Acquisition (SCADA) network
3. Develop future strategies and solutions for telecommunications and operational technology (OT) infrastructure
4. Develop business and ownership models, strategic structures and resource requirements
5. Engage internal and external stakeholders, vendors, and regulators to advance plans and strategic objectives
6. Produce solution and equipment specifications and support procurement for future approaches
7. Provide expert advice and support for the procurement/appointment of a managed service provider (MSP) for the OTN
8. Provide project or programme management support as required
The above list may not be exhaustive.
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: £1,430,000
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
Envisaged minimum number: 8
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As specified within the PQQ and/or tender documents available from the address specified with the tender reference project CA260 2024.
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 (5) years with an option to extend for up to 36 months, 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
Lot 3 - Network Data Analysis
Lot No
3
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71316000 - Telecommunication consultancy services
- 71320000 - Engineering design services
- 71323100 - Electrical power systems design services
- 71335000 - Engineering studies
- 71350000 - Engineering-related scientific and technical services
- 71620000 - Analysis services
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
- 72212461 - Analytical or scientific software development services
- 72316000 - Data analysis services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Lot 3 - Network Data Analysis
1. Undertake data analysis on large data sets including high voltage and low voltage monitor, and smart meter data to shape power system requirements, investment plans and operational decisions/solutions
2. Analyse asset condition, and network faults data and combine with other data sets to optimise asset replacement strategies
3. Leverage opportunities to utilise machine learning and artificial intelligence solutions in the above and other innovative projects to derive further insights and value, identifying new relationships or trends in network and consumer behaviour
4. Maximise value from ‘dirty’ or incomplete data sets using advanced models to fill data gaps and derive insights
The above list may not be exhaustive.
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: £2,200,000
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
Envisaged minimum number: 8
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As specified with the PQQ and/or tender documents available from the address specified with the tender reference project CA260 2024.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework will be established for a period of five years with the option (entirely at the discretion of NIE Networks) to extend by a further three 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 - DSO Architecture, Energy Economics, Regulation and Market Operation
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71316000 - Telecommunication consultancy services
- 71320000 - Engineering design services
- 71323100 - Electrical power systems design services
- 71334000 - Mechanical and electrical engineering services
- 71335000 - Engineering studies
- 71350000 - Engineering-related scientific and technical services
- 71620000 - Analysis services
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
- 72212461 - Analytical or scientific software development services
- 72316000 - Data analysis services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Lot 4 - DSO Architecture, Energy Economics, Regulation and Market Operation
1. Support the iterative development of NIE Networks’ DSO Strategy, architecture and implementation plan
2. Provide advice on Single Electricity Market (SEM) operation including ancillary services, capacity and balancing arrangements, and applicable codes and documents e.g. grid code, trading and settlement code
3. Consider and advise on developments in legislation, regulation and network codes, including consultations and SEM Committee decisions leveraging experiences from other jurisdictions e.g. GB, RoI and Europe
4. Provide advice on the overall DSO development and TSO/DSO model, including the development of:
a. distribution flexibility services e.g. product development, procurement, operational and co-ordination, and applicable codes and impacts
b. customers participating in energy and ancillary service markets and applicable codes and impacts
c. flexible connection arrangements on the distribution system
d. the introduction of market-based procurement of system wide ancillary services (Future Arrangements)
5. Advise on supplier regulations and the optimal way to engage domestic customers in flexible arrangements and support innovation projects
6. Support the development of new technical and commercial models which support active energy consumers including community energy models
7. Analyse energy market data and trends to derive insights on distribution system impacts and customers and market participant behaviours including renewable patterns
8. Undertake socio-economic cost benefit analyses
9. Advise on the implementation of licence conditions and the development of regulatory models in other jurisdictions
The above list may not be exhaustive.
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: £1,320,000
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
Envisaged minimum number: 8
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As specified within the PQQ and/or tender documents available from the address specified with the tender reference project CA260 2024.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework will be established for a period of five years with the option (entirely at the discretion of NIE Networks) to extend by a further three 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 5 - Asset Strategy & Optimisation
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71316000 - Telecommunication consultancy services
- 71320000 - Engineering design services
- 71323100 - Electrical power systems design services
- 71334000 - Mechanical and electrical engineering services
- 71335000 - Engineering studies
- 71350000 - Engineering-related scientific and technical services
- 71620000 - Analysis services
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
- 72212461 - Analytical or scientific software development services
- 72316000 - Data analysis services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Lot 5 - Asset Strategy and Optimisation
1. Investigate new asset condition assessment procedures
2. Undertake market and technology development reviews and impact/opportunity assessments
3. Support the development of equipment specifications and support procurement activities including the development of new offshore infrastructure
4. Undertake strategic reviews of Asset Management strategies and resource capability
5. Advise on future equipment requirements and management strategies
6. Assess compliance with ESQCR and other legislative drivers impacting policy
7. Support innovation projects introducing new solutions and equipment
8. Advise on environmental adaption measures and strategy development
Gap analysis on overall asset data and analysis on specific condition data for each asset type, current state, best practice, improvement plan
The above list may not be exhaustive.
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: £1,100,000
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
Envisaged minimum number: 8
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As specified within the PQQ and/or tender documents available from the address specified with the tender reference project CA260 2024.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework will be established for a period of five years with the option (entirely at the discretion of NIE Networks) to extend by a further three 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 6 - Low Carbon Modelling and Consumer Insights
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71316000 - Telecommunication consultancy services
- 71320000 - Engineering design services
- 71323100 - Electrical power systems design services
- 71334000 - Mechanical and electrical engineering services
- 71335000 - Engineering studies
- 71350000 - Engineering-related scientific and technical services
- 71620000 - Analysis services
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
- 72212461 - Analytical or scientific software development services
- 72316000 - Data analysis services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Lot 6 - Low Carbon Modelling and Consumer Insights
1. Engage with relevant internal and external stakeholders and undertake research into future outlook for low carbon economy e.g. customer behaviours, legislation and government policy, capturing customer and business plans including decarbonisation and expansion that impact and disseminate learnings and findings
2. Supporting local authorities in Northern Ireland to develop Local Area Energy Plans (LAEP)
3. Develop localised socio-economic models for Northern Ireland and analyse network impacts
4. Develop local uptake scenarios for each low carbon technology category e.g. electric vehicles, solar, and produce (distributed) future energy scenarios for regions within Northern Ireland
5. Contribute to the development of a Network Development Plan for Northern Ireland
6. Provide advice and undertake impact assessments on policy, regulation and other legislation
7. Provide technology specific advice based on observations from other jurisdictions and pilot projects
The above list may not be exhaustive.
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: £1,100,000
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
Envisaged minimum number: 8
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As specified within the PQQ and/or tender documents available from the address specified with the tender reference project CA260 2024.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework will be established for a period of five years with the option (entirely at the discretion of NIE Networks) to extend by a further three 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 7 - Tariff Design, Reform & Network Modelling
Lot No
Lot 7
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71316000 - Telecommunication consultancy services
- 71320000 - Engineering design services
- 71323100 - Electrical power systems design services
- 71334000 - Mechanical and electrical engineering services
- 71335000 - Engineering studies
- 71350000 - Engineering-related scientific and technical services
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
- 72316000 - Data analysis services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Lot 7 - Tariff Design, Reform and Network Modelling
1. Review and Potential Redesign of Distribution Loss Adjustment Factors
• Network modelling capability including modelling the contribution of HV and LV generation to network losses for apportionment
• Review and potential redesign of DLAFs with potential expansion of site-specific DLAFs for demand and generation customers.
2. Understanding how the network is being used and fair apportionment of costs and supporting tariff reform
• Review of existing tariff arrangements in Northern Ireland and other jurisdictions e.g. GB, Ireland, Europe
• Evaluating tariff related issues being faced and new tariff initiatives in above mentioned jurisdictions
• Tariff design to support and promote efficient network utilisation and demand side flexibility while minimising the impact on vulnerable customers. Issues/initiatives to be considered include, for example: fair and appropriate apportionment of costs, appropriate charging for low carbon technologies, charges to influence capacity management, seasonal/time of day impacts, fixed/variable balance of charges.
The above list may not be exhaustive.
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: £880,000
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
Envisaged minimum number: 8
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As specified within the PQQ and/or tender documents available from the address specified with the tender reference project CA260 2024.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework will be established for a period of five years with the option (entirely at the discretion of NIE Networks) to extend by a further three 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 CA260 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 CA260 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
Envisaged maximum number of participants to the framework agreement: 35
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
18 November 2024
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 January 2025
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 Limited
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