Contract

Low Carbon Inertia Service Procurement – Phase 1

  • SONI Ltd

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-013204

Procurement identifier (OCID): ocds-h6vhtk-03e3d6

Published 23 April 2024, 4:32pm



Section one: Contracting entity

one.1) Name and addresses

SONI Ltd

12 Manse Road

Belfast

BT6 9RT

Contact

Patrick Stanley

Email

tenders2@soni.ltd.uk

Telephone

+44 2890794336

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.soni.ltd.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43172

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Low Carbon Inertia Service Procurement – Phase 1

Reference number

SONI029

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

SONI have carried out a structured process to select companies to provide the required volume of Low Carbon Inertia Services. This process is now concluded.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £87,000,000 / Highest offer: £130,500,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

SONI have carried out a structured process to select companies to provide the required volume of Low Carbon Inertia Services. This process is now concluded.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

SONI may, subject to the approval of the Regulatory Authority (if required) and the written consent of the Service Provider and subject to any other provisions as provided in the Agreement, extend the term of the Agreement for two additional time periods of up to eighteen (18) months each.

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

Negotiated procedure with prior call for competition

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: 2023/S 000-020950


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 April 2024

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Faughan Stability Ltd. (a wholly owned subsidiary of the Statkraft UK Group)

19th Floor 22 Bishopsgate, London, EC2N 4BQ

London

Country

United Kingdom

NUTS code
  • UKN0 - Northern Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bush Hill Stability Ltd. (a wholly owned subsidiary of the Statkraft UK Group)

19th Floor 22 Bishopsgate, London, EC2N 4BQ

London

Country

United Kingdom

NUTS code
  • UKN0 - Northern Ireland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £87,000,000 / Highest offer: £130,500,000 taken into consideration


Section six. Complementary information

six.3) Additional information

This process is now concluded.

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.

(MT Ref:231849)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

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