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

Eastern Green Link 3, Scotland to Norfolk, England HVDC Link Project-Converters

  • First published: 13 December 2023
  • Last modified: 13 December 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-042511
Published by:
National Grid Electricity Transmission plc
Authority ID:
AA78559
Publication date:
13 December 2023
Deadline date:
22 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of this Procurement includes the provision of the front end engineering, the detailed design, manufacture, assembly, install, test, commission, trial operation, provision of critical spares and an option for maintenance support for 2 no. 2GW HVDC converters, one located at the Netherton Hub in Scotland and the other in Norfolk, England.

The Employers reserve the right to take up to a maximum of three Suppliers through the prequalification process and into the tender process.

Applicants are advised that, for the purpose of the contract, 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.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

National Grid Electricity Transmission PLC

04508773

1-3 Strand

London

PH1 3AQ

UK

Contact person: David Andrews

Telephone: +44 7787156827

E-mail: david.andrews@nationalgrid.com

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

Scottish Hydro Electric Transmission PLC

SC213461

Inveralmond House, 200 Dunkeld Road

Perth

PH1 3AQ

UK

Contact person: Jill Humphries

Telephone: +44 7918473059

E-mail: jill.humphries@sse.com

NUTS: UK

Internet address(es)

Main address: https://www.ssen.co.uk/Home

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

England and Wales

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

www.ariba.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.ariba.com


Tenders or requests to participate must be sent to the abovementioned 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:

www.ariba.com


I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Eastern Green Link 3, Scotland to Norfolk, England HVDC Link Project-Converters

Reference number: Converter - WS 4346053388

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

National Grid Electricity Transmission PLC and Scottish Hydro Electric Transmission PLC (the "Employers") are jointly developing a HVDC link between N Peterhead, Scotland and Norfolk, England (the "HVDC Link"). This notice concerns the procurement and award of contract(s) for:

• Design, manufacture, testing, commissioning, trial running, provision of critical spares for two HVDC converter stations located in Scotland and England.

• One converter will be located at the Netherton Hub, near Peterhead, Aberdeenshire, Scotland. The other will be located in Norfolk, England.

• The converters will each be capable of converting 2GW of AC to DC energy and DC to AC energy.

• The two converters will be linked by two no. 2GW capacity 525kV cables, much of which will be routed in the North Sea.

• There is an option that it will be routed through a DCSS (DC Switching Station) also to be located within the Netherton Hub

• 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 HVDC converter technology, either as part of the main contract or a standalone contracts(s). This may be structured as:

1: a single agreement covering the converters at Netherton Hub and in Norfolk together, with both Employers acting jointly or as a Joint Venture, or;

2: two separate agreements, one with each Employer, covering converters in their respective areas of geographic responsibility individually.

II.1.5) Estimated total value

Value excluding VAT: 1 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31200000

31600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK

II.2.4) Description of the procurement

The scope of this Procurement includes the provision of the front end engineering, the detailed design, manufacture, assembly, install, test, commission, trial operation, provision of critical spares and an option for maintenance support for 2 no. 2GW HVDC converters, one located at the Netherton Hub in Scotland and the other in Norfolk, England.

The Employers reserve the right to take up to a maximum of three Suppliers through the prequalification process and into the tender process.

Applicants are advised that, for the purpose of the contract, 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.

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: 1 200 000 000.00  GBP

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

Duration in months: 150

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: No

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 described in the procurement documents

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

As described in the procurement documents

III.1.6) Deposits and guarantees required:

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

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Eastern Green Link 3 (EGL3) is subject to regulation under the Ofgem Accelerated Strategic Transmission Investment (ASTI) framework and therefore the project costs and payment provisions may be subject to regulatory oversight.

III.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.

III.2) Conditions related to the contract

III.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.

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 with call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about 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: 22/01/2024

Local time: 17:00

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

Date: 01/04/2024

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

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

King's Bench Division Divisional Court, Royal Courts of Justice, Strand,

London

WC2A 2LL

UK

Telephone: +44 2039368957

Internet address(es)

URL: https://www.gov.uk/courts-tribunals/kings-bench-division-of-the-high-court

VI.5) Date of dispatch of this notice

12/12/2023

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
31200000 Electricity distribution and control apparatus Electrical machinery, apparatus, equipment and consumables; lighting

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:
david.andrews@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.