Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Mutual Energy Limited
c/o Pinsent Masons Belfast LLP, the Soloist, 1 Lanyon Place
Belfast
BT1 3LP
UK
Contact person: Ciara Brennan
E-mail: Ciara.Brennan@mutual-energy.com
NUTS: UKN0
Internet address(es)
Main address: www.mutual-energy.com
I.6) Main activity
Other: technical, integrity and compliance — major projects and services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Technical, Regulatory and Compliance Support — All Disciplines.
II.1.2) Main CPV code
71320000
II.1.3) Type of contract
Services
II.1.4) Short description
Mutual Energy Limited (‘Mutual’) sought a panel of three competent and experienced providers for the award of places on a framework. The objective was to appoint providers that could deliver compliance, technical & integrity services, aimed at large scale projects with a call-off value greater than 10 000 GBP per activity, and which incorporated the scope and requirements of the Competent Person (‘CP’), Network Analysis (‘NA’) and Independent Metering Witness (‘IMW’). Whilst Mutual conducted the tender process, the Framework Agreement and call-off contracts were entered into by Interconnector 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).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71322200
71333000
71311000
71311100
71317210
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
Northern Ireland (various locations).
II.2.4) Description of the procurement
The Mutual gas companies engage the services of expert consultancy service providers to undertake a range of technical, integrity and compliance related services. These services cover a range of disciplines including Health and Safety management, emergency response, pipeline integrity and operation and design (mechanical, civil, pipeline, electrical and instrumentation) for plant enhancements and replacements. The consultancy service providers were previously procured as and when required. The process of procuring each service separately was administratively burdensome. Also, the services were often required at short notice e.g. corrosion identified and requiring specialist assessment, possibly when pipeline pressures are lowered or pegged. In light of this, Mutual took the decision to advertise the appointment of several gas consultants to operate via a framework contract, in order to create a panel that would simplify and expedite engaging experts at competitively tendered rates when specific work requirements arose.
Examples of typical consultancy services which framework providers will provide include: Meter Consultancy, Validation and Technical Support (gas meters are used for fiscal billing so they must be validated annually by an independent expert. The meter validation work is undertaken by the Maintenance and Emergency Response Contractor (MERC) and independently witnessed); Direct Technical Resource (historically provided as support for the gas operations team through periods of high work load which may be a requirement going forward for the same reason, temporary back fill if individuals leave or rotate and cover for prolonged staff leave, for example during pregnancy); and Pressure Systems Safety Regulation (PSSR) Competent Person (these statutory regulations aim to prevent serious injury from the hazard of stored energy as a result of the failure of a pressure system or one of its component parts. The regulations place a number of obligations on Mutual, including securing the oversight from a ‘Competent Person’).
II.2.5) Award criteria
Quality criterion: Compliance
/ Weighting: 15
Quality criterion: System Integrity and Corrosion
/ Weighting: 15
Quality criterion: Third Party Encroachment
/ Weighting: 15
Quality criterion: Pipeline Stress Analysis and Protection
/ Weighting: 15
Quality criterion: DSEAR
/ Weighting: 15
Quality criterion: Meter Validation — Independent Witness
/ Weighting: 7.5
Quality criterion: Competent Person
/ Weighting: 17.5
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
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
Places on the framework were awarded to the three highest scoring tenderers on the basis of 40 % quality (divided into the above sub-weightings) and 60 % price. The anticipated volume of work to be made available to providers is 2 000 000 GBP over the duration of the framework. However, such work is not guaranteed.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about 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
Notice number in the OJ S:
2016/S 248-455368
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Technical, Regulatory and Compliance Support — All Disciplines
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Penspen Limited
3 Water Lane, Surrey
Richmond upon Thames
TW9 1TJ
UK
NUTS: UKI75
Internet address(es)
URL: http://www.penspen.com/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 2
Title: Technical, Regulatory and Compliance Support — All Disciplines
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2017
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Long O Donnell Associates Limited
5 Royal Mews, Gadbrook Business Park, Cheshire
Northwich
CW9 7UD
UK
NUTS: UKD6
Internet address(es)
URL: http://www.long-odonnell.com/
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 3
Title: Technical, Regulatory and Compliance Support — All Disciplines
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2017
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WSP UK Limited
WSP House, 70 Chancery Lane
London
WC21 1AF
UK
NUTS: UKI3
Internet address(es)
URL: http://www.wsp-pb.com/en/WSP-UK/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
UK
E-mail: office@courtsni.gov.uk
VI.5) Date of dispatch of this notice
08/08/2017