Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Northern Ireland Electricity Networks
120 Malone Road
Belfast
BT9 5HT
UK
Contact person: Angela Hutton
E-mail: Angela.Hutton@nienetworks.co.uk
NUTS: UKN
Internet address(es)
Main address: www.nienetworks.co.uk
Address of the buyer profile: https://e-sourcingni.bravosolution.co.uk
I.1) Name and addresses
System Operator Northern Ireland (SONI Ltd)
12 Manse Road
Belfast
BT6 9RT
UK
E-mail: Angela.Hutton@nienetworks.co.uk
NUTS: UKN
Internet address(es)
Main address: http://www.soni.ltd.uk
I.2) Joint procurement
The contract involves joint procurement
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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://e-sourcingni.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Electricity
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
S1057 (2020) — Provision of Managed Service for Operational Telecommunications Network (OTN)
Reference number: S1057 (2020)
II.1.2) Main CPV code
32412100
II.1.3) Type of contract
Services
II.1.4) Short description
The contracting entity intends to establish a framework arrangement under which it shall appoint an economic operator to enter into a framework agreement for the provision of managed service for operational telecommunications network (OTN).
A framework agreement will be awarded for a period of four (4) 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 period of up to four (4) years, with a total potential duration of eight (8) years.
The contracting entity estimates that the total spend under the framework agreement, based on current requirements, is anticipated to be up to be 5 350 375 GBP per annum. The estimated value of the initial contract period of 4 years is 21 401 500 GBP.
II.1.5) Estimated total value
Value excluding VAT:
42 803 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
42961200
50332000
64200000
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
Northern Ireland.
II.2.4) Description of the procurement
Below is an outline of the requirements, however please refer to the specification schedules for the full list of service requirements and standards required for this contract. The NIE Networks operational telecommunications network (OTN) is the telecommunications Infrastructure used as part of its role in operating the distribution and transmission electricity network. NIE Networks owns a range of telecommunications assets, including optical fibre, a private microwave network and all the equipment used to provide voice and data services across this private network. the main responsibilities of the OTN managed service provider will include the following:
— management and operation of all the infrastructure elements that the OTN comprises. This will include the management of third parties who undertake specialist functions, e.g. tower inspections, tower audits and loading assessments, etc.,
— assist the customer in developing its investment plan and asset management strategies,
— responsibility for the maintenance and provision of end-to-end connectivity down to individual.
Circuit:
Level of privately owned and leased circuits between various points on the customer’s networks:
— provision of a single point of contact for all matters concerning the design, operation and management of the OTN,
— provision of a single point of contact for all matters concerning the cybersecurity of the OTN,
— representing the customer interest at third-party meetings,
— procurement of services and equipment from third-party providers.
This is a joint procurement with NIE Networks Ltd and System Operator Northern Ireland (SONI Ltd).
The NIE Networks operational telecommunications network (OTN) is the telecommunications infrastructure used as part of its role in operating the distribution and transmission electricity network. NIE Networks owns a range of telecommunications assets, including optical fibre, a private microwave network and all the equipment used to provide voice and data services across this private network.
SONI Ltd as the transmission system operator in Northern Ireland has services operating over the OTN. They have their own end equipment that connects to the OTN (e.g. RTUs, scanning base stations, outstation radios) and are installed at some NIE Networks OTN sites. However, SONI’s equipment is also reliant on the OTN for data transport back to their Control Centre sites.
There will be a tri-partite managed service agreement in place between NIE Networks Ltd, SONI Ltd and the successful supplier.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
At the end of the term, the framework arrangement may be subject to retender.
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 four (4) 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 period of up to four (4) years, 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 at 1.3) above with the reference Project S1057 (2020) provision of managed service for operational telecommunications network (OTN).
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 specified within the PQQ and/or tender documents available from the address specified at 1.3) above with the reference Project S1057 (2020) provision of managed service for operational telecommunications network (OTN).
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As specified within the PQQ and/or tender documents available from the address specified at 1.3) above with the reference Project S1057 (2020) provision of managed service for operational telecommunications network (OTN).
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As specified within the PQQ and/or tender documents available from the address specified at 1.3) above with the reference Project S1057 (2020) provision of managed service for operational telecommunications network (OTN).
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
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:
28/10/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
11/11/2019
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
84 months.
VI.4) Procedures for review
VI.4.1) Review body
Northern Ireland Electricity Networks Ltd
120 Malone Road
Belfast
BT9 5HT
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting entity will incorporate a minimum 10 calendar days standstill period at the point information on the award of the framework agreement is communicated to all economic operators. The standstill period provides time for unsuccessful economic operators to challenge the award decision before the framework agreement is entered into. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).
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
UK
VI.5) Date of dispatch of this notice
26/09/2019