Section one: Contracting authority
one.1) Name and addresses
The Executive Office - Strategic Investment Board
5th Floor, 9 Lanyon Pl, Belfast
BELFAST
BT1 3LP
Contact
ssdadmin.cpdfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UKN0 - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps
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
TEO SIB - Installation of Automated Meter Reading Systems
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.
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)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 38410000 - Metering instruments
- 38554000 - Electricity meters
- 38551000 - Energy meters
- 38552000 - Electronic meters
- 38550000 - Meters
- 45333200 - Gas meter installation work
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 40
Cost criterion - Name: Quantitative Criterion / Weighting: 60
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
60
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
This Contract shall be a 5 year initial term for system installations, with an option to extend for 1 year for data hosting and web portal access.
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
Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.The Strategic Investment Board (SIB) are intending to develop a call off contract for the installation of Automatic Meter Reading (AMR) systems. This will allow departments and ALBs to install energy (and water) metering along with the energy data management software, under a single contract, at sites of their choosing and at times of their choosing within the contract period. It is important to note that while all organisations have indicated a strong desire to avail of the contract, it is not possible to accurately predict the number of systems that will eventually be installed as it will depend on available funding. Indeed this contract does not make any guarantees on the number of systems to be installed.. Therefore for illustrative pricing purposes a notional number of 250 systems has been included within the pricing schedule. In the event that Clients require significantly more systems installed than indicated in the pricing schedule, the scope of this contract will allow expenditure up to £2,000,000.. This Contract shall be a 5 year initial term for system installations, with an option to extend for 1 year for data hosting and web portal access.
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.1.8) 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
31 August 2021
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: 29 November 2021
four.2.7) Conditions for opening of tenders
Date
31 August 2021
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 Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. The figure indicated in II.1.5 represents an estimated contract value £3m and may increase during the life of the contract to accommodate changes in processing penalty charge notifications, continuous improvements and advancements in technology. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for Economic Operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The successful contractor’s performance on the contract will be 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 regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the Notice.
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 amende
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 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. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.