Award

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

NORTHERN IRELAND ELECTRICITY NETWORKS LIMITED

This public procurement record has 2 releases in its history.

Award

20 Feb 2025 at 16:46

Tender

23 Jan 2024 at 11:43

Summary of the contracting process

Northern Ireland Electricity Networks Limited is seeking environmental consultancy services for major transmission and distribution projects in Northern Ireland. The tender titled "CA202 (2024) - Provision of Consultancy for Major Transmission and Distribution Projects" spans two lots: Lot 1 for the Pre-Construction Stage and Lot 2 for the Construction Stage. The contracts, which are valued at GBP 5,770,000 each, are set for a period of five years with an option to extend up to a total of eight years. The procurement method is selective, specifically a negotiated procedure with prior call for competition. The tender period ends on 7th March 2024, and invitations for the second stage will be sent out on 22nd April 2024.

This tender offers substantial business growth opportunities, particularly for environmental consultancy firms with expertise in the specified areas. Lot 1 requires specialists capable of conducting environmental impact assessments, noise surveys, ecological studies, and producing construction environmental management plans. Lot 2 involves similar activities but is focused on the construction stage, requiring additional work on habitat survey and planning, including badger and bat surveys, flood risk assessments, and noise/vibration/dust assessments. Firms with strong capabilities in these areas will find the tender particularly suitable to their expertise, enabling them to forge long-term relationships with Northern Ireland Electricity Networks Limited and expand their market presence.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice Description

Provision of Consultancy for Major Transmission and Distribution Projects Lot 1 Pre-Construction Stage and Lot 2 Construction Stage.

Lot Information

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

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. Product 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 project.

Options: The Framework will be for a period of five(5) years with an option to extend for up to 36 months(8 years in total).

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

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.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0433a6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006413-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71313000 - Environmental engineering consultancy services

71313100 - Noise-control consultancy services

71313410 - Risk or hazard assessment for construction

71313420 - Environmental standards for construction

71313440 - Environmental Impact Assessment (EIA) services for construction

Notice Value(s)

Tender Value
£11,550,000 £10M-£100M
Lots Value
£11,540,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£5,770,000 £1M-£10M

Notice Dates

Publication Date
20 Feb 20251 years ago
Submission Deadline
7 Mar 2024Expired
Future Notice Date
Not specified
Award Date
4 Feb 20251 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTHERN IRELAND ELECTRICITY NETWORKS LIMITED
Contact Name
Betty Robinson
Contact Email
betty.robinson@nienetworks.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST,
Postcode
BT9 5HT
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLN Northern Ireland

Local Authority
Electoral Ward
Westminster Constituency

Supplier Information

Number of Suppliers
3
Supplier Names

ATKINSREALIS

RPS IRELAND

RSK IRELAND

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0433a6-2025-02-20T16:46:10Z",
    "date": "2025-02-20T16:46:10Z",
    "ocid": "ocds-h6vhtk-0433a6",
    "initiationType": "tender",
    "tender": {
        "id": "CA202 (2024)",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "CA202 (2024) Provision of Consultancy for Major Transmission and Distribution Projects Lot 1 Pre-Construction Stage and Lot 2 Construction Stage.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71313000",
            "description": "Environmental engineering consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of Consultancy for Major Transmission and Distribution Projects Lot 1 Pre-Construction Stage and Lot 2 Construction Stage.",
        "value": {
            "amount": 11550000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 Provision of Consultancy Services for Major Transmission and Distribution Projects at Pre-Construction Stage.",
                "description": "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. Product 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 project.",
                "value": {
                    "amount": 5770000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Framework will be for a period of five(5) years with an option to extend for up to 36 months(8 years in total)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70%"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Provision of consultancy services for major transmission and distribution projects at Construction Stage.",
                "description": "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.",
                "value": {
                    "amount": 5770000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313100",
                        "description": "Noise-control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313420",
                        "description": "Environmental standards for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313440",
                        "description": "Environmental Impact Assessment (EIA) services for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313100",
                        "description": "Noise-control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313410",
                        "description": "Risk or hazard assessment for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313440",
                        "description": "Environmental Impact Assessment (EIA) services for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland"
                },
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://e-sourcingni.bravosolution.co.uk",
        "communication": {
            "atypicalToolUrl": "https://e-sourcingni.bravosolution.co.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As specified within the PQQ and/or tender documents available from the address specified with the reference project CA202 2024.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As specified within the PQQ and/or tender documents available from the address specified with the reference project CA202 2024."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-03-07T15:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2024-04-22T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-3935",
            "name": "Northern Ireland Electricity Networks Limited",
            "identifier": {
                "legalName": "Northern Ireland Electricity Networks Limited"
            },
            "address": {
                "streetAddress": "120 Malone Road,",
                "locality": "Belfast,",
                "region": "UKN",
                "postalCode": "BT9 5HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Betty Robinson",
                "email": "betty.robinson@nienetworks.co.uk",
                "url": "https://e-sourcingni.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nienetworks.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "ELECTRICITY",
                        "description": "Electricity"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4840",
            "name": "Northern Ireland Electricity Networks Ltd",
            "identifier": {
                "legalName": "Northern Ireland Electricity Networks Ltd"
            },
            "address": {
                "streetAddress": "120 Malone Road",
                "locality": "Belfast",
                "postalCode": "BT9 5HT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-83638",
            "name": "High Court of Justice in Northern Ireland",
            "identifier": {
                "legalName": "High Court of Justice in Northern Ireland"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Chichester Street",
                "locality": "Belfast",
                "postalCode": "BT1 3 JY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-138853",
            "name": "RPS Ireland Limited",
            "identifier": {
                "legalName": "RPS Ireland Limited"
            },
            "address": {
                "streetAddress": "Elmwood House, 74 Boucher Road",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT12 6RZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-138854",
            "name": "RPS Ireland Limited",
            "identifier": {
                "legalName": "RPS Ireland Limited"
            },
            "address": {
                "locality": "Belfast",
                "region": "UKN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-138855",
            "name": "AtkinsRealis UK Limited",
            "identifier": {
                "legalName": "AtkinsRealis UK Limited"
            },
            "address": {
                "streetAddress": "Woodcote Grove, Ashley Road, Epsom",
                "locality": "Surrey",
                "region": "UK",
                "postalCode": "KT18 5BW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-138856",
            "name": "RSK Ireland Ltd",
            "identifier": {
                "legalName": "RSK Ireland Ltd"
            },
            "address": {
                "locality": "Belfast",
                "region": "UKN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-5194",
            "name": "Northern Ireland Electricity Networks Limited",
            "identifier": {
                "legalName": "Northern Ireland Electricity Networks Limited"
            },
            "address": {
                "streetAddress": "120 Malone Road",
                "locality": "Belfast",
                "postalCode": "BT9 5HT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-87503",
            "name": "High Court in Northern Ireland",
            "identifier": {
                "legalName": "High Court in Northern Ireland"
            },
            "address": {
                "streetAddress": "Royal Courts of justice, Chichester Street",
                "locality": "Belfast",
                "postalCode": "BT1 3JY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3935",
        "name": "Northern Ireland Electricity Networks Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "006413-2025-CA202 2024-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Provision of Consultancy services for Major Transmission and Distribution Projects at Pre-Construction Stage.",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-138853",
                    "name": "RPS Ireland Limited"
                },
                {
                    "id": "GB-FTS-138855",
                    "name": "AtkinsRealis UK Limited"
                }
            ]
        },
        {
            "id": "006413-2025-CA202-2",
            "relatedLots": [
                "2"
            ],
            "title": "CA202 - Provision of Environmental Consultancy for Major Transmission and Distribution Projects - Construction Stage Lot 2.",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-138854",
                    "name": "RPS Ireland Limited"
                },
                {
                    "id": "GB-FTS-138856",
                    "name": "RSK Ireland Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006413-2025-CA202 2024-1",
            "awardID": "006413-2025-CA202 2024-1",
            "title": "Lot 1 - Provision of Consultancy services for Major Transmission and Distribution Projects at Pre-Construction Stage.",
            "status": "active",
            "value": {
                "amount": 5770000,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-04T00:00:00Z"
        },
        {
            "id": "006413-2025-CA202-2",
            "awardID": "006413-2025-CA202-2",
            "title": "CA202 - Provision of Environmental Consultancy for Major Transmission and Distribution Projects - Construction Stage Lot 2.",
            "status": "active",
            "value": {
                "amount": 5770000,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-04T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 11
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "2",
                "value": 7
            }
        ]
    }
}