Section one: Contracting authority
one.1) Name and addresses
Department for the Economy
Netherliegh House, Massey Avenue
BELFAST
BT4 2JP
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.1) Name and addresses
Department for the Economy NI
Netherleigh, Massey Avenue
Belfast
BT4 2JP
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 involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
DfE - Provision of Electricity and Gas Wayleave Officers
Reference number
ID4610380
two.1.2) Main CPV code
- 71314000 - Energy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department for the Economy DfE requires the establishment of a Framework with three suitable contractors it can call upon, as and when required, to act as Independent Wayleave Officer’s (IWOs). The IWOs will be required to manage an enquiry in accordance with the Department’s guidance. This will involve recording and critically evaluating the representations of the parties; scrutinise documents and maps; visit the site of the proposed electric or gas line; liaise with any other organisation or individuals who can provide information on relevant issues. The IWO submits a report of findings to the Department. The report must include a reasoned evidence-based recommendation on the application
two.1.5) Estimated total value
Value excluding VAT: £144,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Department for the Economy DfE requires the establishment of a Framework with three suitable contractors it can call upon, as and when required, to act as Independent Wayleave Officer’s (IWOs). The IWOs will be required to manage an enquiry in accordance with the Department’s guidance. This will involve recording and critically evaluating the representations of the parties; scrutinise documents and maps; visit the site of the proposed electric or gas line; liaise with any other organisation or individuals who can provide information on relevant issues. The IWO submits a report of findings to the Department. The report must include a reasoned evidence-based recommendation on the application
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Cost criterion - Name: Price / Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £144,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year initial Framework period plus 1 optional 1 year extension period
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 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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 April 2023
Local time
3:00pm
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
Tender must be valid until: 26 July 2023
four.2.7) Conditions for opening of tenders
Date
27 April 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The successful Contractor’s performance on this Contract 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 your performance does not improve to satisfactory levels within the specified. period, this... can be considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract.. In lieu of... termination, CPD may issue a Notice.. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt. of multiple... Notices of Written Warning or a Notice of.. Unsatisfactory Performance may, in accordance with The Public Contracts. Regulations 2015.. (as. amended) be excluded from future public.. procurement competitions for a period of up to three years.
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. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations
uk
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as..... amended)and,.... where... appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information.. on... the award of.... contract is... communicated to tenderers. That notification will provide full information on the award decision..