Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 23rd Jan 2024

Tender Details
Referenceocds-h6vhtk-0433a6
Common Procurement VocabularyNoise-control consultancy services
Procurement MethodNegotiated procedure with prior call for competition
Value£11,550,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 23rd Jan 2024

Tender Details
Referenceocds-h6vhtk-0433a6
Common Procurement VocabularyNoise-control consultancy services
Procurement MethodNegotiated procedure with prior call for competition
Value£11,550,000

Section I: Contracting entity

I.1) Name and addresses

Northern Ireland Electricity Networks Limited

120 Malone Road,

Belfast,

BT9 5HT

Contact

Betty Robinson

Email

betty.robinson [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

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

I.6) Main activity

Electricity


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CA202 (2024) - Provision of Consultancy for Major Transmission and Distribution Projects. Lot 1 - Pre-construction Stage and Lot 2 Construction stage.

Reference number

CA202(2024)

II.1.2) Main CPV code

  • 71313100 - Noise-control consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of Environmental Consultancy for Major Transmission and Distribution Projects. Lot 1 - Pre-Construction Stage, Lot 2 Construction Stage. Please refer to the Scope of Services for further information.

II.1.5) Estimated total value

Value excluding VAT: £11,550,000

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

Lot 1 - Provision of Consultancy services for Major Transmission and Distribution Projects at Pre-Construction Stage.

Lot No

1

II.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313420 - Environmental standards for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction

II.2.3) Place of performance

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

Northern Ireland

II.2.4) Description of the procurement

We expect to call upon a suitably qualified Environmental specialist to assist when working on the following areas and topics:

1. Undertake environmental impact assessments and associated desk top studies

2. Develop landscape and visual schemes

3. Undertake noise surveys, assessment/interpretation of said surveys and appropriate modelling

4. Undertake Ecology and Ornithology surveys. This will include but not limited to bird surveys and Flora assessments

5. Undertake Archaeology studies on planned works

6. Undertake Ecology, Hydrology and Hydrogeology surveys and investigations

7. Produce photomontage drawings for planning application and customer engagements

8. Produce Construction Environmental Management Plans for major projects

9. Provide guidance and assistance on planning policies and attend planning consultations as required

The above list may not be exhaustive and will be applicable to overhead line, cable and substation projects

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: £5,770,000

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.2.10) Information about variants

Variants will be accepted: No

II.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).

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

Lot 2 - Provision of consultancy services for major transmission and distribution projects at Construction Stage.

Lot No

2

II.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction

II.2.3) Place of performance

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

Northern Ireland

II.2.4) Description of the procurement

We expect to call upon a suitably qualified Environmental specialist to deliver the following as part of Habitat Survey and Planning NI Environmental Impact Assessments;

1. Archaeological Works. This will include on site monitoring, Programme of Works (POW) complication and submission and associated licence applications.

2. Badger surveys/associated licence applications, reporting and sett closures (permanent & temporary)

3. Bat surveys/associated licence applications, reporting, endoscope surveys & supervision of tree felling

4. Ecological Clerk of Work duties to comply with planning conditions/phase 1 habitat surveys eg Devil’s Bit Scabious / Marsh Fritillary surveys

5. Ecology Study to include ecology and cultural heritage report and field study

6. Environmental Consultancy Services

7. Flood Risk & Drainage assessment

8. Noise/Vibration/Dust Assessment & reporting

9. Ornithology reporting e.g. Hen Harrier surveys

The above list may not be exhaustive and will be applicable to overhead line, cable and substation projects.

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: £5,770,000

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.2.10) Information about variants

Variants will be accepted: No

II.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.

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.1.1) 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 CA202 2024.

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.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 CA202 2024.


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: 4

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

7 March 2024

Local time

3:00pm

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

22 April 2024

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: No

VI.4) Procedures for review

VI.4.1) Review body

Northern Ireland Electricity Networks Ltd

120 Malone Road

Belfast

BT9 5HT

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Northern Ireland Electricity Networks Ltd

120 Malone Road

Belfast

BT9 5HT

Country

United Kingdom

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 3 JY

Country

United Kingdom