Environmental and Planning Services Framework

EirGrid plc

SONI (System Operator Northern Ireland) has the responsibility as the Transmission System Operator (TSO) under its license to operate and plan the development of the electricity transmission network. This requires SONI to complete all the relevant activities (“pre-construction”) to enable Northern Ireland Electricity Networks, the Transmission Asset Owner (TAO), to carry out the construction and connection to the grid.
SONI wishes to appoint appropriately qualified and experienced consultants to provide Public Planning, Ecology and Environmental services, primarily pursuant to SONI’s statutory functions in the area of Grid Development and SONI’s Framework for Grid Development.

Deadline
The time limit for receipt of tenders was 2019-05-02. The procurement was published on 2019-03-28.

Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Who?

What?

Where?
  • • United Kingdom › Northern Ireland

Procurement history
Date Document
2019-03-28 Contract notice
2019-12-19 Contract award notice
Contract notice (2019-03-28)
Contracting authority
Name and addresses
Name: EirGrid plc
National registration number: N/a
Postal address: Block 2 — The Oval, 160 Shelbourne Road, Ballsbridge
Postal town: Dublin 4
Country: Ireland 🇮🇪
Contact person: Noreen Magowan
Phone: +353 12322406 📞
E-mail: tenders@eirgrid.com 📧
Region: Northern Ireland 🏙️
URL: http://www.eirgrid.com 🌏
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/219 🌏
Information about joint procurement
The contract is awarded by a central purchasing body
Communication
Documents URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=144573&B=ETENDERS_SIMPLE 🌏
Participation URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=144573&B=ETENDERS_SIMPLE 🌏

Object
Scope of the procurement
Title: Environmental and Planning Services Framework ENQEIR670
Products/services: Environmental planning 📦
Short description:
“SONI (System Operator Northern Ireland) has the responsibility as the Transmission System Operator (TSO) under its license to operate and plan the...”    Show more
Estimated value excluding VAT: GBP 2 400 000 💰

1️⃣
Additional products/services: Architectural, engineering and planning services 📦
Additional products/services: Environmental impact assessment for construction 📦
Additional products/services: Environmental Impact Assessment (EIA) services for construction 📦
Additional products/services: Environmental monitoring for construction 📦
Additional products/services: Environmental services 📦
Additional products/services: Environmental Impact Assessment (EIA) services other than for construction 📦
Additional products/services: Environmental issues consultancy services 📦
Place of performance: United Kingdom 🏙️
Main site or place of performance: Belfast.
Description of the procurement:
“SONI (System Operator Northern Ireland) has the responsibility as the Transmission System Operator (TSO) under its license to operate and plan the...”    Show more
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: GBP 2 400 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Information about options
Options
Description of options:
“The Framework Agreement period will be for an initial duration of 5 years with the option to extend annually for up to an additional 3 years, subject always...”    Show more

Legal, economic, financial and technical information
Conditions for participation
List and brief description of conditions:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Deposits and guarantees required:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Conditions related to the contract
Contract performance conditions:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”

Procedure
Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-05-02 12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Tender must be valid until: 2020-05-02 📅

Complementary information
Additional information

“1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for...”    Show more
Review body
Name: The High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000 📞
URL: http://www.courts.ie 🌏
Review procedure
Precise information on deadline(s) for review procedures:
“The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after...”    Show more
Service from which information about the review procedure may be obtained
Name: Central office of the High Courts (Appeal Section)
Postal address: Gound Floor, East Wing, Inns Quay
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000 📞
URL: http://www.courts.ie 🌏
Source: OJS 2019/S 065-153006 (2019-03-28)
Contract award notice (2019-12-19)
Contracting authority
Name and addresses
Postal address: Block 2 — The Oval, 160 Shelbourne Road
Postal town: Ballsbridge
Postal code: Dublin 4
Contact person: Anthony Flood
Phone: +353 12370123 📞
Region: Éire/Ireland 🏙️

Object
Scope of the procurement
Short description:
“SONI (System Operator Northern Ireland) has the responsibility as the Transmission System Operator (TSO) under its license to operate and plan the...”    Show more
Total value of the procurement (excluding VAT): GBP 2 400 000 💰
Description
Description of the procurement:
“SONI (System Operator Northern Ireland) has the responsibility as the Transmission System Operator (TSO) under its license to operate and plan the...”    Show more
Award criteria
Quality criterion (name): Resources
Quality criterion (weighting): 25 %
Quality criterion (name): Approach and methodology
Quality criterion (weighting): 5 %
Quality criterion (name): Sample project
Quality criterion (weighting): 35 %
Price (weighting): 35 %
Information about options
Description of options:
“The framework agreement period will be for an initial duration of 5 years with the option to extend annually for up to an additional 3 years, subject always...”    Show more

Procedure
Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 065-153006

Award of contract

1️⃣
Contract Number: 1
Title: Environmental and Planning Services Framework
Date of conclusion of the contract: 2019-12-10 📅
Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: RPS Ireland Ltd
National registration number: GB362749136
Postal address: 74 Boucher Road
Postal town: Belfast
Postal code: BT12 6RZ
Country: United Kingdom 🇬🇧
Phone: +44 2890667914 📞
E-mail: letitia.stewart@rpsgroup.com 📧
Region: Northern Ireland 🏙️
URL: http://www.rpsgroup.com 🌏
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: GBP 2 400 000 💰
Total value of the contract/lot: GBP 2 400 000 💰

Complementary information
Review body
Name: the High Court
Source: OJS 2019/S 247-610993 (2019-12-19)