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
Region 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.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 Provision of Risk Management Advisory Services (ID 4141813)
two.1.2) Main CPV code
- 71314000 - Energy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for the provision of Energy Market Risk Management Advisory Services for a term of 3 years with the option to extend by up to two years. The anticipated commencement date shall be 1st August 2023 and expire on 31st July 2026, unless extended by the optional extension.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £402,500
two.2) Description
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract is for the provision of Energy Market Risk Management Advisory Services for a term of 3 years with the option to extend by up to two years. The anticipated commencement date shall be 1st August 2023 and expire on 31st July 2026, unless extended by the optional extension.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 50
Cost criterion - Name: Quantitative Criteria / Weighting: 50
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
This contract is for the provision of Energy Market Risk Management Advisory Services for a term of 3 years with the option to extend by up to two years. The anticipated commencement date shall be 1st August 2023 and expire on 31st July 2026, unless extended by the optional extension.The participating Clients are set out in Table 1. Numbers in brackets indicate the estimated number of risk strategies for each Client at Contract commencement. The number of risk strategies per Client may vary as replacement energy supply contracts are awarded. Table 1: Participating Bodies NICS plus ALBs NDPBs Health Social Care TrustsDoF 2 Belfast HSCT 2PSNI 2 Northern HSCT 2Education Authority 2 South Eastern HSCT 2DfI 1 Southern HSCT 2NI Water 2 Western HSCT 2Translink 2 NI Fire and Rescue Service 2MOD 1 Business Services Organisation 2 NI Ambulance Service 2Note that multiple follower organisations follow DoF’s, Belfast HSCT’s and DfI’s risk strategies. The date at which BSO, NIAS and NIFRS will follow BHSCT’s risk strategies is yet to be agreed.
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-027077
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 December 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
HORIZON ENERGY GROUP LIMITED
4400 Airport Business Park
CORK
T12 N84F
Telephone
+353 212355777
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £780,000
Total value of the contract/lot: £402,500
Section six. Complementary information
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 complied with the Public Contracts Regulations 2015 and, where appropriate, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.