Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
I.6)Main activity
Production, transport and distribution of gas and heat
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Technical, Regulatory and Compliance Support Minor Projects — Safety Case, Emergency Response, Pipelines, Mechanical and Civil.
II.1.2)Main CPV code
71320000
II.1.3)Type of contract
Services
II.1.4)Short description:
Mutual Energy Limited (‘Mutual’) is seeking to procure a framework contract, which it currently anticipates will have 3 competent and experienced providers, that can deliver safety case, emergency response, pipelines, mechanical and civil services, aimed at small scale projects with a call-off value of less than GDP 10 000 per activity. Whilst Mutual is conducting this tender process, the Framework Agreement and call-off contracts shall be entered into by Inter-connector Services Limited (‘ISL’), a wholly owned subsidiary of Mutual, which exists to contract services which are shared across the three operating companies of the Mutual Energy Group (West Transmission Limited, Belfast Gas Transmission Limited and Premier Transmission Limited). It is anticipated that the framework will incorporate a range of day rate and/or resource prices aligned with the activities required.
II.1.5)Estimated total value
Value excluding VAT: 750 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71311100
71311000
71333000
71317210
71317200
76600000
71336000
II.2.3)Place of performance
NUTS code: UKN01
Main site or place of performance:
Northern Ireland (various).
II.2.4)Description of the procurement:
Mutual will conduct this procurement using the Open Procedure. Further information will be provided in the Invitation to Tender.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 750 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
The Framework Agreement will be set for an initial term of five (5) years, with an extension option of a maximum of three (3) years, in one (1) year intervals, solely at ISL's discretion.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
Mutual envisages 3 candidates being accepted onto the Framework. The providers will be appointed to the panel on the premise that they have provided a market rate for particular activities, but are not guaranteed work. A detailed specification is provided in Appendix 1 to the ITT, which is available by emailing: MjE2XWVkZVFcVmJRXVVnX2JbMGBZXmNVXmRdUWNfXmMeU19d
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Applicants must be able to demonstrate a turnover of greater than 100 000 GBP per annum, for each of the last three (3) financial years.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
In summary, each applicant is required to demonstrate the following from the 5 categories. Further information on this is included in the Invitation to Tender document:
1. Health and Safety
Applicants are required to provide (inter alia) details of their health and safety policy and health and safety management systems, details of convictions and prosecutions and compliance with Regulations.
2. Mechanical Experience
Applicants are required to provide details of one (1) project where they have provided mechanical and civil services, completed in the three (3) years prior to the tender deadline.
3. Pipeline Experience
Applicants are required to provide details of one (1) project where they have designed, built or constructed, or have provided technical and integrity support in respect of all or part of a pipeline system, for example pipeline cathodic protection or pipeline protection, completed in the three (3) years prior to the tender deadline.
4. Compliance and Safety Case Experience
Applicants are required to provide details of one (1) project where they have provided technical and compliance support services such as a written scheme of examination of pressure systems, safety case, major accident prevention document, emergency procedures and/or equivalent regulations/documentation, completed in the three (3) years prior to the tender deadline.
5. Quality
Applicants are required to provide details of the quality management system they have in place as well as any external auditing or accreditations they are working towards.
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 22/05/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Mutual expressly reserves the right: (i) To cancel this procurement at any stage (ii) Not to award any contract as a result of the procurement process by publication of this notice; and (iii) To make whatever changes it may see fit to the content and structure of the competition. Mutual shall not be responsible for any costs incurred by bidders, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
The ITT documentation can be obtained from the contact identified at Section I.3) of this notice. When requesting the information, bidders are required to identify a contact point and a corresponding email address. In the event that Mutual is required to circulate any clarifications during the tender process, it shall send any clarifications to this address and will not be responsible for contacting bidders in any other way. It is the bidders' responsibility to ensure that this contact information is kept up to date and bidders are to advise Mutual as soon as possible if the contact point changes. It is the responsibility of bidders to ensure that they access the ITT documentation promptly in order to give themselves sufficient time to provide a full and accurate response.
All discussion and correspondence shall be deemed strictly subject to contract until the Framework Agreement is entered into. The Framework Agreement shall not be binding until signed and dated by Mutual and the relevant bidders.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
21/04/2017