Awarded contract

DoF Collaborative Arrangement for the Provision of Risk Management Advisory Services (ID 4141813)

  • Department of Finance

F03: Contract award notice

Notice reference: 2022/S 000-035207

Published 13 December 2022, 12:15pm



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.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

Email

sandra.quinn@heg.ie

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.