Section one: Contracting entity
one.1) Name and addresses
National Grid Electricity Transmission PLC
1-3 Strand
London
WC2N 5EH
Contact
David Andrews
david.andrews@nationalgrid.com
Telephone
+44 7787156827
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
04508773
Internet address(es)
Main address
one.1) Name and addresses
Scottish Hydro Electric Transmission PLC
Inveralmond House, 200 Dunkeld Road
Perth
PH1 3AQ
Contact
Jill Humphries
Telephone
+44 7918473059
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
SC213461
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
England & Wales
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Eastern Green Link 3, Scotland to Norfolk, England HVDC Link Project-Cables
Reference number
WS 4346053431
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
National Grid Electricity Transmission PLC and Scottish Hydro Electric Transmission PLC (the "Employers") are jointly developing a HVDC link between the Netherton Hub, west of Peterhead, Scotland and Norfolk, England (the "HVDC Link"). This notice concerns the procurement and award of contract(s) for:
• Design, supply, manufacture, install, test and commission 525kV HVDC submarine and underground cable system, including but not limited to:
• extruded cable systems at along with all associated cable accessories
• HVDC submarine cable supply and complete installation including lay, jointing and burial. The submarine route length is expected to be in the range of 540 to 580km.
• HVDC onshore underground cable system supply, installation and associated civil engineering works as required that will link the Peterhead site in Scotland to the adjacent coast. The onshore route length of this element is approximately 10 km.
• AC cable circa 1km at Peterhead site in Scotland, 3-10km at Norfolk site.
• There is an option that it will be routed through a DCSS (DC Switching Station) also to be located within the Netherton Hub
• Design, supply but not install the cable that is to be routed onshore between the Lincolnshire coast and Norfolk, England. The onshore route length of this element is expected to be in the range of 90 to 135km. This cable will be installed onshore by others.
• Jointing of the onshore cable between Lincolnshire and Norfolk, the provision of installation instructions for use by the installation contractor and technical supervision of the onshore cable installation.
• Provision of cable spares and storage facilities for cable spares.
• Design, engineer, prepare, procure and install HDD (Horizontal Direct Drilling) ducts as required at the landfalls in both Scotland and England.
• Front-end engineering design services, in relation to any or all of the aforementioned scope.
• The Employers will require the Preferred Bidder to enter a Long-Term Service Agreement (LTSA) for the cable systems, either as part of the main contract or a standalone contract. This may be structured as an agreement with the Employers either acting jointly or as a Joint Venture, or as separate LTSAs with each Employer with regard to separate sections of the cable.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31200000 - Electricity distribution and control apparatus
- 31321300 - High-voltage cable
- 31321500 - Submarine cable
- 45231400 - Construction work for electricity power lines
- 45314310 - Installation of cable laying
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
Design, supply, manufacture, install, test and commission of 525kV HVDC submarine and underground cable system and HVDC onshore underground cable system supply, installation and associated civil engineering works as required that will link the Netherton Hub near Peterhead in Scotland to the adjacent coast. Design, supply but not install the cable that is to be routed onshore between the Lincolnshire coast and Norfolk, England.
The scope of this Procurement includes the provision of two HVDC cable poles (underground and submarine cable) utilising 525kV extruded cable systems. L. Proposed cable systems (cables and accessories, including factory joints and transition joints) shall be type tested in accordance with Cigre Electra 189 and 171 before the award of the contract.
With option of DCSS there would be the requirement for a three cable solution between the DCSS and local convertor (circa 1km).
The cable shall be capable of delivering 2GW.
The Employers reserve the right to take up to a maximum of four Suppliers through the prequalification process and into the tender process.
Applicants are advised that, for the purpose of the contracts, the Employers may potentially enter into joint venture arrangements prior to awarding any contract from this activity. If this approach were to be adopted and, depending on the nature of the joint venture arrangements, the successful applicant(s) may be required to enter into a contract with a new JV entity relating to the execution of the works and services being procured.
The Employers are considering the potential to award early 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: £2,500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
150
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: No
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 described in the procurement documents
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 described in the procurement documents
three.1.6) Deposits and guarantees required
The following contractual security may be required from the Applicants:
Parent company guarantees from the ultimate parent company or equivalent third party security
Performance and warranty bonds
Collateral warranties in favour of the Employers from all key subcontractors (to be
determined by the Employers)
Advance payment bonds if the Employers agree to an advance payment in each case as more fully described in the procurement documents
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Eastern Green Link 3 (EGL3) Scotland to England Green Link (SEGL) 3 is subject to regulation under the Ofgem RIIO-T2
Large Onshore Transmission Investment regime and therefore the project costs and payment provisions may be subject to regulatory oversight.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Where there is a group of economic operators, joint venture or consortium each economic operator, joint venture partner or consortium member must be jointly and severally liable for the whole of the performance of the obligations under any contract to which it is a party.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contracts will be structured on a supply and install basis and will be subject to the laws of England & Wales. They will contain performance guarantees.
It is anticipated that the contract for the Works will be awarded by early 2025. The Works will require to be delivered in time to allow the final EGL3 asset to be in service by the date set by Ofgem. As at the date of this notice, Ofgem’s requirement for the EGL3 asset to be in-service is anticipated to be Q4 2030.
These dates are indicative. Any available update to these dates and/or further information will be provided in the ITT.
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.1.8) 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
22 January 2024
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 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: 16 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Applicants are advised that, for the purpose of the contracts, the Employers may potentially enter into joint venture arrangements prior to awarding any contract from this activity. If this approach were to be adopted and, depending on the nature of the joint venture arrangements, the successful applicant(s) may be required to enter into a contract with a new JV entity relating to the execution of the works and services being procured.
The Employers reserve the right to withdraw this notice at any time for whatever reason.
Applicants shall be fully responsible for the costs of responding to this procurement at all stages of the procurement and in no circumstances do the Employers accept any liability for any costs incurred by any Applicants, howsoever or whensoever incurred.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
King's Bench Division Divisional Court, Royal Courts of Justice, Strand,
London
WC2A 2LL
Telephone
+44 02039368957
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/kings-bench-division