Contract

ID 4368396 DfE - Geothermal Demonstrator Project

  • Department for the Economy

F03: Contract award notice

Notice identifier: 2023/S 000-004599

Procurement identifier (OCID): ocds-h6vhtk-038014

Published 15 February 2023, 9:44am



Section one: Contracting authority

one.1) Name and addresses

Department for the Economy

39-49 Adelaide Street

BELFAST

BT2 8FD

Email

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

Email

ireland@tetratech.com

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.