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
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.