Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 2

Status Active

Published 3rd Jul 2024

Tender Details
Referenceocds-h6vhtk-047a24
Common Procurement VocabularyConstruction work for electricity power lines
Procurement MethodNegotiated procedure with prior call for competition
Value£222,800,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 2

Status Active

Published 3rd Jul 2024

Tender Details
Referenceocds-h6vhtk-047a24
Common Procurement VocabularyConstruction work for electricity power lines
Procurement MethodNegotiated procedure with prior call for competition
Value£222,800,000

Section I: Contracting entity

I.1) Name and addresses

Northern Ireland Electricity Networks

120 Malone Road

Belfast

BT9 5HT

Email

Anna.McWhirter [at] nienetworks.co.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

www.nienetworks.co.uk

I.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

I.6) Main activity

Electricity


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Construction, Refurbishment & Restringing of Transmission Overhead Lines

Reference number

T312 (2025)

II.1.2) Main CPV code

  • 45231400 - Construction work for electricity power lines

II.1.3) Type of contract

Works

II.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.

II.1.5) Estimated total value

Value excluding VAT: £222,800,000

II.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

II.2) Description

II.2.1) Title

Rolling Programme Works

Lot No

1

II.2.2) Additional CPV code(s)

  • 45231400 - Construction work for electricity power lines

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Throughout Northern Ireland

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £11,800,000

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

Duration in months

96

This contract is subject to renewal

No

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Transmission Project Works

Lot No

2

II.2.2) Additional CPV code(s)

  • 45231400 - Construction work for electricity power lines

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Throughout Northern Ireland

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £211,000,000

II.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

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

15 August 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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 VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.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

www.nienetworks.co.uk

VI.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