Opportunity

DoF - Collaborative Arrangement for the Supply of Natural Gas 2023 - 2026 (ID 4104459)

  • Department of Finance

F02: Contract notice

Notice reference: 2022/S 000-024860

Published 5 September 2022, 5:04pm



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.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 the Supply of Natural Gas 2023 - 2026 (ID 4104459)

two.1.2) Main CPV code

  • 09121000 - Coal gas, mains gas or similar gases

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract will be for the supply of Natural Gas for a term of 3 years. The anticipated commencement date shall be 1st April 2023 and expire on 31st March 2026. The Contract will used by the Clients listed in Table 1 below. Department of Agriculture Environment and Rural Affairs (DAERA) DAERA - Loughs Agency DAERA – Agri- food and Biosciences Institute (AFBI) Department of Education (DE) DE –Northern Ireland Council for Intergrated Education (NICIE) DE - Council for the Curriculum, Examinations and Assessment (CCEA) Department for Communities (DfC) DfC - Sport NI DfC – Ulster Supported Employment Ltd (USEL) DfC- Libraries NI DfC – National Museums Northern Ireland (NMNI) DfC - Foras Na Gaeilge DfC - Arts Council NI DfC – Public Records Office NI (PRONI) DfC - Local Government Staff Commission (LGSC) DfC – Northern Ireland Local Government Superannuation Committee (NILGOSC) Department for Economy (DfE) DfE - Labour Relations Agency DfE – Health and Safety Executive Northern Ireland (HSENI) DfE – Bedford Street development Limited (BSDL) DfE - MDRE (Invest NI) DfE – Belfast Metropolitan College (BMC) DfE – Northern Regional College (NRC) DfE – North Western Regional College (NWRC) DfE – Southern Regional College (SRC) DfE – Stranmillis Department of Infrastructure (DfI) DfI – Roads and Rivers DfI – Driver Vehicle Agency (DVA) Department of Finance (DoF) DoF – Properties Division (PD) DoH - Department of health Department of Justice (DoJ) DoJ – Northern Ireland Prison Service (NIPS) DoJ – NI policing board (NIPB) DoJ – Police Ombudsman Northern Ireland (PONI) DoJ – Northern Ireland Courts and Tribunals Service (NICTS) DoJ - Youth Justice Agency DoJ – Probation Board Northern Ireland (PBNI) DoJ - Forensic Science NI (FSNI) DoJ - Prisoner Ombudsman The Executive Office (TEO) TEO - Commissioner for Public Appointments for NI TEO - Equality Commission NI Assembly NI Audit Office PPS (Public Prosecution Service) NI Water Police Service Northern Ireland (PSNI) Translink NI St Mary's University College (SMUCB) Queens University Belfast (QUB) Food Standards Agency NI (FSA NI) Ministry of Defence (MOD) Education Authority (EANI) Northern Ireland Housing Executive (NIIHE) BSO-PALS Belfast Health and Social Care Trust (BHSCT) Western Health and Social Care Trust (WHSCT) Northern Health and Social Care Trust (NHSCT) Southern Health and Social Care Trust (SHSCT) South Eastern Health and Social Care Trust (SEHSCT) NI Ambulance Service (NIAS) NI Fire and Rescue Service (NIFRS) Business Services Organisation (BSO)

two.1.5) Estimated total value

Value excluding VAT: £212,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09121200 - Mains gas
  • 09123000 - Natural gas

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 Natural Gas for a term of 3 years. The anticipated commencement date shall be 1st April 2023 and expire on 31st March 2026. The Contract will used by the Clients listed in Table 1 below. Department of Agriculture Environment and Rural Affairs (DAERA) DAERA - Loughs Agency DAERA – Agri- food and Biosciences Institute (AFBI) Department of Education (DE) DE –Northern Ireland Council for Intergrated Education (NICIE) DE - Council for the Curriculum, Examinations and Assessment (CCEA) Department for Communities (DfC) DfC - Sport NI DfC – Ulster Supported Employment Ltd (USEL) DfC- Libraries NI DfC – National Museums Northern Ireland (NMNI) DfC - Foras Na Gaeilge DfC - Arts Council NI DfC – Public Records Office NI (PRONI) DfC - Local Government Staff Commission (LGSC) DfC – Northern Ireland Local Government Superannuation Committee (NILGOSC) Department for Economy (DfE) DfE - Labour Relations Agency DfE – Health and Safety Executive Northern Ireland (HSENI) DfE – Bedford Street development Limited (BSDL) DfE - MDRE (Invest NI) DfE – Belfast Metropolitan College (BMC) DfE – Northern Regional College (NRC) DfE – North Western Regional College (NWRC) DfE – Southern Regional College (SRC) DfE – Stranmillis Department of Infrastructure (DfI) DfI – Roads and Rivers DfI – Driver Vehicle Agency (DVA) Department of Finance (DoF) DoF – Properties Division (PD) DoH - Department of health Department of Justice (DoJ) DoJ – Northern Ireland Prison Service (NIPS) DoJ – NI policing board (NIPB) DoJ – Police Ombudsman Northern Ireland (PONI) DoJ – Northern Ireland Courts and Tribunals Service (NICTS) DoJ - Youth Justice Agency DoJ – Probation Board Northern Ireland (PBNI) DoJ - Forensic Science NI (FSNI) DoJ - Prisoner Ombudsman The Executive Office (TEO) TEO - Commissioner for Public Appointments for NI TEO - Equality Commission NI Assembly NI Audit Office PPS (Public Prosecution Service) NI Water Police Service Northern Ireland (PSNI) Translink NI St Mary's University College (SMUCB) Queens University Belfast (QUB) Food Standards Agency NI (FSA NI) Ministry of Defence (MOD) Education Authority (EANI) Northern Ireland Housing Executive (NIIHE) BSO-PALS Belfast Health and Social Care Trust (BHSCT) Western Health and Social Care Trust (WHSCT) Northern Health and Social Care Trust (NHSCT) Southern Health and Social Care Trust (SHSCT) South Eastern Health and Social Care Trust (SEHSCT) NI Ambulance Service (NIAS) NI Fire and Rescue Service (NIFRS) Business Services Organisation (BSO)

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £212,400,000

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

Duration in months

3

This contract is subject to renewal

Yes

Description of renewals

Renewal due for 1 April 2026

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 value at II.2.6 is an estimate only. This is a demand lead Contract. There is no guaranteed level of business..


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

7 October 2022

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 January 2023

four.2.7) Conditions for opening of tenders

Date

7 October 2022

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: October 2022

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, this may 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 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.