Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

HVDC - Major Works & Civils Framework

  • First published: 03 December 2023
  • Last modified: 03 December 2023
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0420f1
Published by:
NATIONAL GRID UK LIMITED
Authority ID:
AA80754
Publication date:
03 December 2023
Deadline date:
15 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 - HVDC Converter Civil Works of the HVDC Major Works and Civils Framework is intended to be used for the delivery of converter station civils works, which may include, but is not limited to:

- Design

- Consenting

- Enabling Works

- Site establishment

- Civil and structural engineering

- Building services

- DNO supplies

- Earthing

- Lightning protection

NG anticipates that the HVDC Major Works & Civils Framework Lot 1 will be used for the delivery of early projects, which may include:

1. Eastern Green Link 3

2. Eastern Green Link 4

3. Other projects of a similar size and nature

If the HVDC Major Works and Civils Framework is used for the delivery of these early projects, they will form call-off contracts under the HVDC Major Works & Civils Framework; however, due to the criticality of these projects and the need for them to be realised within the timeframe set by Ofgem's Accelerated Strategic Transmission Investment framework, the call off process will be run in parallel with the procurement of the framework agreement itself. Interested parties will, therefore, be asked to express their interest in, and capacity to deliver, these early projects either at the RFP stage of the framework procurement or at an earlier stage.

As to be more fully described in the RFP, the interested parties that NG determines are capable of delivering the early projects will then be invited to participate in the early project call-off process, alongside the framework RFP. For the avoidance of doubt, given the parallel running of the framework and early project call-off procurements for the reasons explained, interested parties will not have confirmation of their appointment to the framework agreement before they are required to participate (if they are interested) in the call-off procurements for the early projects; however, securing a place on the framework agreement will be a condition for the award of any call-off contract. Being shortlisted for or awarded a call-off contract for the early projects is not though a condition to securing a place on the framework agreement.

NG reserves its rights to utilise different procurement routes.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

National Grid UK Limited

04508773

1-3 Strand

London

WC2N 5EH

UK

Contact person: Ben Ainsworth

E-mail: box.GP.UKBuyerNGV@nationalgrid.com

NUTS: UK

Internet address(es)

Main address: https://www.nationalgrid.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://service.ariba.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://service.ariba.com/


I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

HVDC - Major Works & Civils Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

National Grid is an international Electricity and Gas Network Company and one of the largest investor-owned energy companies in the world, based in the United Kingdom with operations in the north-east of the United States of America.

National Grid is looking to establish a multi-year High Voltage Direct Current (HVDC) Major Works & Civils Framework, primarily to service its growing HVDC requirements. The scope of this Procurement includes c.15 HVDC projects; certain projects, and other identified projects that it is currently anticipated will be of similar size and value and will be identified as infrastructure to enable the connection of 50GW of Offshore Wind by 2030 and Net Zero by 2050. The scope also comprises other as-yet unidentified additional major HVDC projects, the precise location and nature of which is not yet known but which will share the same key features as the other projects.

National Grid's HVDC Major Works & Civils Framework includes but is not limited to civil engineering & construction works for National Grid's High Voltage Direct Current project portfolio, including construction of converter stations and installation of UHV cable.

National Grid reserves its rights to utilise different procurement routes for converter works (i.e., turnkey delivery through the HVDC Converter Systems Framework) and cable works (i.e., turnkey delivery through the HVDC Cable Framework) on a project-by-project basis.

II.1.5) Estimated total value

Value excluding VAT: 12 770 000 000.00  GBP

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

Lot No: 1

II.2.1) Title

HVDC Converter Civil Works

II.2.2) Additional CPV code(s)

45200000

45300000

51112100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 - HVDC Converter Civil Works of the HVDC Major Works and Civils Framework is intended to be used for the delivery of converter station civils works, which may include, but is not limited to:

- Design

- Consenting

- Enabling Works

- Site establishment

- Civil and structural engineering

- Building services

- DNO supplies

- Earthing

- Lightning protection

NG anticipates that the HVDC Major Works & Civils Framework Lot 1 will be used for the delivery of early projects, which may include:

1. Eastern Green Link 3

2. Eastern Green Link 4

3. Other projects of a similar size and nature

If the HVDC Major Works and Civils Framework is used for the delivery of these early projects, they will form call-off contracts under the HVDC Major Works & Civils Framework; however, due to the criticality of these projects and the need for them to be realised within the timeframe set by Ofgem's Accelerated Strategic Transmission Investment framework, the call off process will be run in parallel with the procurement of the framework agreement itself. Interested parties will, therefore, be asked to express their interest in, and capacity to deliver, these early projects either at the RFP stage of the framework procurement or at an earlier stage.

As to be more fully described in the RFP, the interested parties that NG determines are capable of delivering the early projects will then be invited to participate in the early project call-off process, alongside the framework RFP. For the avoidance of doubt, given the parallel running of the framework and early project call-off procurements for the reasons explained, interested parties will not have confirmation of their appointment to the framework agreement before they are required to participate (if they are interested) in the call-off procurements for the early projects; however, securing a place on the framework agreement will be a condition for the award of any call-off contract. Being shortlisted for or awarded a call-off contract for the early projects is not though a condition to securing a place on the framework agreement.

NG reserves its rights to utilise different procurement routes.

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: 9 070 000 000.00  GBP

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The initial Framework duration is expected to be 60 (sixty) months, with the option to extend for up to 36 (thirty-six) months via single or multiple fixed terms.

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.2.14) Additional information

In relation to section II.2.10 of the Contract Notice, variant bids may be accepted by National Grid. However, this will only apply in circumstances where the form and content of the variant has been approved by National Grid in advance prior to the Submission Deadline, and is submitted alongside a compliant bid.

National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below. National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:

1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:

a. National Grid Electricity Transmission Plc;

b. National Grid LionLink Limited;

c. National Grid Nautilus Limited;

d. National Grid Continental Limited;

e. National Grid Interconnector Holdings Limited;

f. National Grid Interconnectors Limited; and

g. National Grid Electricity Distribution (South West) plc

2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:

a. SP Transmission Plc;

b. ScottishPower Renewables (UK) Limited;

c. Scottish Hydro Electric Transmission Plc;

d. TenneT TSO B.V.;

e. TenneT TSO GmbH;

f. TenneT Offshore GmbH;

g. Elia Asset NV/SA;

h. RTE Réseau de Transport d'Electricité; and

i. Transmission system operators and other developers and/or operators of HVDC projects; and/or

3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.

It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the HVDC Major Works & Civils framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.

Lot No: 2

II.2.1) Title

HVDC Onshore Cable Civil Works

II.2.2) Additional CPV code(s)

45231400

45232000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 - HVDC Onshore Cable Works of the HVDC Major Works and Civils Framework is intended to be used for the delivery of onshore cable works that fall under NG's HVDC portfolio, which may include, but is not limited to:

- Design

- Enabling Works

- Consenting

- DC cable trench

- AC cable trench

- Foundations and bolts for cable terminations

- Cable haulage and pulling

NG anticipates that the HVDC Major Works & Civils Framework Lot 2 will be used for the delivery of early projects, which may include:

1. Eastern Green Link 3

2. Eastern Green Link 4

3. Other projects of a similar size and nature

If the HVDC Major Works and Civils Framework is used for the delivery of these early projects, they will form call-off contracts under the HVDC Major Works & Civils Framework; however, due to the criticality of these projects and the need for them to be realised within the timeframe set by Ofgem's Accelerated Strategic Transmission Investment framework, the call off process will be run in parallel with the procurement of the framework agreement itself. Interested parties will, therefore, be asked to express their interest in, and capacity to deliver, these early projects either at the RFP stage of the framework procurement or at an earlier stage.

As to be more fully described in the RFP, the interested parties that NG determines are capable of delivering the early projects will then be invited to participate in the early project call-off process, alongside the framework RFP. For the avoidance of doubt, given the parallel running of the framework and early project call-off procurements for the reasons explained, interested parties will not have confirmation of their appointment to the framework agreement before they are required to participate (if they are interested) in the call-off procurements for the early projects; however, securing a place on the framework agreement will be a condition for the award of any call-off contract. Being shortlisted for or awarded a call-off contract for the early projects is not though a condition to securing a place on the framework agreement.

NG reserves its rights to utilise different procurement routes.

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: 3 700 000 000.00  GBP

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The initial Framework duration is expected to be 60 (sixty) months, with the option to extend for up to 36 (thirty-six) months via single or multiple fixed terms.

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.2.14) Additional information

In relation to section II.2.10 of the Contract Notice, variant bids may be accepted by National Grid. However, this will only apply in circumstances where the form and content of the variant has been approved by National Grid in advance prior to the Submission Deadline, and is submitted alongside a compliant bid.

National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below. National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:

1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:

a. National Grid Electricity Transmission Plc;

b. National Grid LionLink Limited;

c. National Grid Nautilus Limited;

d. National Grid Continental Limited;

e. National Grid Interconnector Holdings Limited;

f. National Grid Interconnectors Limited; and

g. National Grid Electricity Distribution (South West) plc

2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:

a. SP Transmission Plc;

b. ScottishPower Renewables (UK) Limited;

c. Scottish Hydro Electric Transmission Plc;

d. TenneT TSO B.V.;

e. TenneT TSO GmbH;

f. TenneT Offshore GmbH;

g. Elia Asset NV/SA;

h. RTE Réseau de Transport d'Electricité; and

i. Transmission system operators and other developers and/or operators of HVDC projects; and/or

3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.

It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the HVDC Major Works & Civils framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.

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.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No specific legal form is required in order to participate in the procurement stage. However, National Grid reserves the right to require successfully appointed suppliers to take a specific legal form and/or accept joint and several liability if constituted as a group of economic operators.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Call-off contracts may require the Contractor to interface with other contractors and involve a requirement for interaction/ partnership working.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with 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 with several operators.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 15/01/2024

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Interested parties should contact box.gp.ukbuyerngv@nationalgrid.com, specifically noting your interest in the HVDC Major Works & Civils Framework, in order to access pre-qualification documentation via Ariba. Please provide the name of your organisation and your Ariba ID (if already set up).

Interested parties should note that National Grid is using the Ariba portal, details of which are section out in section I.3 above, to manage this procurement process. All documentation will be made available through this portal. All communications by interested parties must be made to National Grid only through this portal - any communications sent by alternative means and/or to any other person will be ignored.

Please note that a "request to participate" for the purposes of section IV.2.2 of this notice is by completion and return of the Pre-Qualification Questionnaire (PQQ), which is available through the Ariba portal, by the stated deadline.

Interested parties should note that National Grid reserves the right to cancel or vary this procurement process at any stage. National Grid may also change the basis, procedures and/or timescales set out or referred to within the procurement documents. National Grid will not be liable for any costs or expenses howsoever incurred by interested parties in participating in this procurement process.

All financial values stated in this notice are estimates only and the final outturn values will depend on the precise works to be delivered, the means of delivery, the way in which the programme and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

01/12/2023

Coding

Commodity categories

ID Title Parent category
45232000 Ancillary works for pipelines and cables Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45231400 Construction work for electricity power lines Construction work for pipelines, communication and power lines
51112100 Installation services of electricity distribution equipment Installation services of electricity distribution and control equipment
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
box.GP.UKBuyerNGV@nationalgrid.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.