Opportunity

DoF – COLLABORATIVE ARRANGEMENT for PROVISION OF METERED ELECTRICITY 2022-2025 (ID 3358267)

  • Department of Finance

F02: Contract notice

Notice reference: 2021/S 000-018503

Published 2 August 2021, 6:05pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

Contact

Collaboration.CPDfinance-ni.gov.uk

Email

Collaboration.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS 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.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

DoF – COLLABORATIVE ARRANGEMENT for PROVISION OF METERED ELECTRICITY 2022-2025 (ID 3358267)

two.1.2) Main CPV code

  • 09310000 - Electricity

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract will be for the supply of 100 per cent renewable (green) Metered Electricity for a term of 36 months. The anticipated commencement date shall be 1st April 2022 and expire on 31st March 2025.

two.1.5) Estimated total value

Value excluding VAT: £110,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31682000 - Electricity supplies

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the supply of 100 per cent renewable (green) Metered Electricity for a term of 36 months. The anticipated commencement date shall be 1st April 2022 and expire on 31st March 2025.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £110,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

A renewal is required to be in place for 1 April 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

The participating Clients are – . Department of Agriculture Environment and Rural Affairs (DAERA). DAERA - College of Agriculture Food and Rural Enterprise (CAFRE). DAERA - Agri-Food and Biosciences Institute (AFBI). DAERA - Loughs Agency. DAERA - NI Fishery Harbour Authority (NIFHA). . Department for Communities (DfC). DfC – Arts Council NI. DfC – Armagh Observatory and Planetarium. DfC – Ulster Supported Employment Ltd. (USEL). DfC - Sport NI. DfC - Northern Ireland Local Government Officers Superannuation Committee (NILGOSC). DfC - Libraries NI. DfC - National Museums NI (NMNI) . DfC - Public Record Office NI (PRONI). DfC - Local Government Staff Commission (LGSC). . Department of Education (DE). DE - Council for the Curriculum Examinations and Assessment (CCEA). DE - General Teachers Council NI (GTCNI). . Department for the Economy (DfE) . DfE - Belfast Metropolitan College (BMC). DfE – Construction Industry Training Board (CITB) . DfE – Health and Safety Executive for Northern Ireland (HSENI). DfE – Invest NI. DfE - Tourism NI. DfE – Labour Relations Agency (LRA). DfE – Northern Regional College (NRC). DfE – North Western Regional College (NWRC). DfE – South Eastern Regional College (SERC). DfE – Southern Regional College (SRC). DfE – Stranmillis University College (Stranmillis). DfE – South Western College (SWC). . Department for Infrastructure (DfI). DfI - Roads. DfI - Rivers. DfI - Driver Vehicle Agency (DVA). . DoF - Properties Division. . Department of Justice (DoJ). DoJ – Legal Services Agency (LSA). DoJ – Northern Ireland Courts and Tribunals Service (NICTS). DoJ – Northern Ireland Policing Board (NIPB). DoJ – Northern Ireland Prison Service (NIPS). DoJ – Probation Board for Northern Ireland (PBNI). DoJ – Police Ombudsman. DoJ – Youth Justice Agency . DoJ - Police Rehabilitation and Retraining Trust (PRRT). DoJ - Prisoner Ombudsman NI. . The Executive Office (TEO). TEO - Equality Commission. TEO - Maze Long Kesh. TEO - Victims & Survivors Service ltd. TEO - NI Judicial Appointments Commission. TEO – Strategic Investment Board (SIB). TEO – Commission for Victims and Survivors. . Department for Business Energy and Industrial Strategy – Companies House (NI Site). . Public Prosecution Service (PPS). . NI Audit Office. . NI Office. . Northern Ireland Housing Executive (NIHE). . Education Authority NI (EA). . Police Service Northern Ireland (PSNI). . Utility Regulator NI (UREGNI). . Translink NI. . St Mary's University College Belfast (SMUCB). . Queens University Belfast (QUB). . Northern Ireland Public Services Ombudsman (NIPSO). . Electoral Office Northern Ireland (EONI). . Food Standards Agency NI (FSA NI).


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

6 September 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: 5 December 2021

four.2.7) Conditions for opening of tenders

Date

6 September 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: A contract renewal will be required to be in place for 1 April 2025.

six.3) Additional information

Contract monitoring: 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 construction and procurement delivery (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 certificate of unsatisfactory performance and the contract may be terminated. The issue of a certificate 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 12 months from the date of issue of the certificate.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for review/appeal or mediation procedures

Belfast

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 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.