web-banner-marketing2

Market Leads & Opportunities

United Kingdom-BELFAST: TEO SIB – Installation of Automated Meter Reading Systems

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-018308/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: The Executive Office – Strategic Investment Board
Postal address: 5th Floor, 9 Lanyon Pl, Belfast
Town: BELFAST
Postal code: BT1 3LP
Country: United Kingdom
Contact Person: ssdadmin.cpdfinance-ni.gov.uk
Email: ssdadmin.cpd@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: TEO SIB – Installation of Automated Meter Reading Systems
II.1.2) Main CPV code: 48000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.
II.1.5) Estimated total value:
Value excluding VAT: 2000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48000000, 48100000, 38410000, 38554000, 38551000, 38552000, 38550000, 45333200

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: This Contract shall be a 5 year initial term for system installations, with an option to extend for 1 year for data hosting and web portal access.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Provision of AMR System package including the provision of new AMR hardware, energy management software and replacement of existing AMR hardware (where applicable) across Northern Ireland’s central government and associated arms’ length bodies. This will also include ongoing support and maintenance of the Clients’ AMR System post installation.The Strategic Investment Board (SIB) are intending to develop a call off contract for the installation of Automatic Meter Reading (AMR) systems. This will allow departments and ALBs to install energy (and water) metering along with the energy data management software, under a single contract, at sites of their choosing and at times of their choosing within the contract period. It is important to note that while all organisations have indicated a strong desire to avail of the contract, it is not possible to accurately predict the number of systems that will eventually be installed as it will depend on available funding. Indeed this contract does not make any guarantees on the number of systems to be installed.. Therefore for illustrative pricing purposes a notional number of 250 systems has been included within the pricing schedule. In the event that Clients require significantly more systems installed than indicated in the pricing schedule, the scope of this contract will allow expenditure up to £2,000,000.. This Contract shall be a 5 year initial term for system installations, with an option to extend for 1 year for data hosting and web portal access.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-08-31 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2021-11-29
IV.2.7) Conditions for opening tenders
Date: 2021-08-31 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. The figure indicated in II.1.5 represents an estimated contract value £3m and may increase during the life of the contract to accommodate changes in processing penalty charge notifications, continuous improvements and advancements in technology. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for Economic Operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. 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 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice 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 twelve months from the date of issue of the Notice.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amende
Town: UK
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract 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.

VI.5) Date of dispatch of this notice:2021-07-30