Section one: Contracting authority
one.1) Name and addresses
The Executive Office - Strategic Investment Board
5th Floor, 9 Lanyon Pl, Belfast
BELFAST
BT1 3LP
Contact
SSD Admin
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TEO SIB - Installation of Automated Meter Reading Systems
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 40
Cost criterion - Name: Quantitative Criteria / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
This Contract shall be a 5 year initial term for system installations, with an option to extend for 1 year for data hosting and web portal access.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware where applicable across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.The Strategic Investment Board SIB are intending to develop a call off contract for the installation of Automatic Meter Reading AMR systems. This will allow departments and ALBs to install energy and water metering along with the energy data management software, under a single contract, at sites of their choosing and at times of their choosing within the contract period. It is important to note that while all organisations have indicated a strong desire to avail of the contract, it is not possible to accurately predict the number of systems that will eventually be installed as it will depend on available funding. Indeed this contract does not make any guarantees on the number of systems to be installed. Therefore for illustrative pricing purposes a notional number of 250 systems has been included within the pricing schedule. In the event that Clients require significantly more systems installed than indicated in the pricing schedule, the scope of this 4 / 8 EN Standard form 2 - Contract notice contract will allow expenditure up to £2,000,000. This Contract shall be a 5 year initial term for system installations, with an option to extend for 1 year for data hosting and web portal access.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-018308
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 January 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ATLAS FIRE SECURITY NI LTD
Glenbank, 720 Crumlin Road
BELFAST
BT14 8AD
Telephone
+44 2890391000
Fax
+44 2890391227
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,000,000
Total value of the contract/lot: £2,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended
United Kingdom
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will complied with the Public Contracts Regulations 2015 and, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.