Section one: Contracting authority
one.1) Name and addresses
Department for the Economy
39-49 Adelaide Street
BELFAST
BT2 8FD
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region 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
ID 4368396 DfE - Geothermal Demonstrator Project
Reference number
ID 4368396
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Department for the Economy (DfE) is seeking a Contractor to manage a demonstrator project comprised of an overarching Communications and Marketing project and two feasibility studies, one for a shallow geothermal system, on the Stormont Estate and one for a deep geothermal system at Greenmount in Co Antrim. The Contract will commence upon Contract award (expected December 2022/ early January 2023) for 8 months with one option to extend for any period up to, and including, 3 months.
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: £2,700,000
two.2) Description
two.2.2) Additional CPV code(s)
- 38436410 - Thermal regulators for mechanical shakers with heating plates
- 45321000 - Thermal insulation work
- 44111520 - Thermal insulating material
- 45251140 - Thermal power plant construction work
- 09321000 - Hot water
- 09320000 - Steam, hot water and associated products
- 09310000 - Electricity
- 31682000 - Electricity supplies
- 65310000 - Electricity distribution
- 09330000 - Solar energy
- 09300000 - Electricity, heating, solar and nuclear energy
- 09332000 - Solar installation
- 09331100 - Solar collectors for heat production
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 65400000 - Other sources of energy supplies and distribution
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79200000 - Accounting, auditing and fiscal services
- 79300000 - Market and economic research; polling and statistics
- 79340000 - Advertising and marketing services
- 79341000 - Advertising services
- 79341200 - Advertising management services
- 79342000 - Marketing services
- 79341400 - Advertising campaign services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department for the Economy (DfE) is seeking a Contractor to manage a demonstrator project comprised of an overarching Communications and Marketing project and two feasibility studies, one for a shallow geothermal system, on the Stormont Estate and one for a deep geothermal system at Greenmount in Co Antrim. The Contract will commence upon Contract award (expected December 2022/ early January 2023) for 8 months with one option to extend for any period up to, and including, 3 months.
two.2.5) Award criteria
Quality criterion - Name: AC1 Key Personnel Experience / Weighting: 20.3
Quality criterion - Name: AC2 Implementation Plan / Weighting: 9.8
Quality criterion - Name: AC3 Working in Partnership / Weighting: 9.8
Quality criterion - Name: AC4 Health and Safety / Weighting: 9.8
Quality criterion - Name: AC5 Proposed Contract Management / Contingency Arrangements / Weighting: 9.8
Quality criterion - Name: AC6 Social Value / Weighting: 10.5
Cost criterion - Name: AC7 Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
There is one option to extend for any period up to, and including, 3 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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: 2022/S 000-031573
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
15 February 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 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
Tetra Tech Consulting NI Ltd
1 Locksley Business Park, Montgomery Road,
Belfast
BT6 9UP
Telephone
+44 2890706000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,700,000
Total value of the contract/lot: £2,700,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance will be managed as per the specification. and regularly monitored. Contractors not delivering. on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach. satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to. reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this. occurs and their performance still does not improve to satisfactory levels within the specified period, it may be grounds for termination of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of. Unsatisfactory Performance. A central register of such Notices for supplies and services Contracts will be maintained and published. on the CPD website. Any Contractor in receipt of multiple Notices of Written Warning or Notices of Unsatisfactory Performance will be. required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in. the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement.
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
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD 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.