Section one: Contracting entity
one.1) Name and addresses
SONI Ltd
12 Manse Road
Belfast
BT6 9RT
Telephone
+44 2890794336
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43172
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SONI021
Reference number
Demerger Consultants (SONI Led)
two.1.2) Main CPV code
- 72221000 - Business analysis consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Following a lengthy consultation period, the Utility Regulator in Northern Ireland issued a decision in August 2022 regarding SONI
Governance matters. This decision became effective within the SONI TSO Licence from 26 October 2022.
The Licence Modification requires significant changes to the SONI Ltd Board composition and the relationship between EirGrid plc (as
parent) and SONI Ltd (its subsidiary). They also require that the SONI TSO business be managerially and operationally separate from
EirGrid and any other company within the EirGrid Group with separate premises, IT and other systems, equipment, facilities, processes and
staff.
The Utility Regulator’s Licence Modification requirements for independence at Board, Management and Operational levels in the SONI
business equates to a de-facto requirement to demerge the EirGrid and SONI businesses.
As a result, SONI is now seeking to appoint a consultancy business to design, manage and implement this demerger project.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
- 79411000 - General management consultancy services
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast
two.2.4) Description of the procurement
The Framework Agreement period will be for an initial duration of two years with the option to extend annually for up to an additional
three years, subject always to the satisfactory performance of the supplier.
The demerger project will be run over two phases:
(i) the initial scope, design and cost of the demerger project
(ii) the implementation of the demerger project.
It is envisaged that the majority of the contracting requirements will be delivered at SONI’s offices in Belfast.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend annually for an additional 3 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As this is a framework, the need of the required services may increase or decrease over the term.
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
The estimated value of 2 million GBP is inclusive of the entire duration.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
27 February 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
1) Interested parties must register their interest on the mytenders web site (www.mytenders.co.uk) in order to be included on the mailing
list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Portal
(www.mytenders.co.uk) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed
(or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive
process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
6) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
7) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or
patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be
treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.
8) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in
respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully
completed questionnaires in order to avoid the risk of elimination from the competition.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228581.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:228581)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit