Contract 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: Stuart Cairns
E-mail: mutualframework@pinsentmasons.com
NUTS: UKN01
Internet address(es)
Main address: http://www.mutual-energy.com/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://www.mutual-energy.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the following address:
Mutual Energy Limited
c/o Pinsent Masons Belfast LLP, The Soloist, 1 Lanyon Place
Belfast
BT1 3LP
UK
Contact person: Stuart Cairns
E-mail: mutualframework@pinsentmasons.com
NUTS: UKN01
Internet address(es)
Main address: http://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’) is seeking to procure a framework contract, which it currently anticipates will have three competent and experienced providers, that can deliver compliance, technical & integrity services, aimed at large scale projects with a call-off value greater than GBP 10 000 per activity, and which will incorporate the scope and requirements of the Competent Person (‘CP’), Network Analysis (‘NA’) and Independent Metering Witness (‘IMW’). It is anticipated that the framework will incorporate a range of day rate and/or resource prices aligned with the activities required. Apart from the IMW, 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 Annex B of the Project Information Memorandum which is available by email at: mutualframework@pinsentmasons.com.
II.1.5) Estimated total value
Value excluding VAT:
2 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71322200
71333000
71311000
71311100
71317210
II.2.3) Place of performance
NUTS code:
UKN01
Main site or place of performance:
Northern Ireland (various locations).
II.2.4) Description of the procurement
Mutual will conduct this procurement using the Negotiated Procedure. Further information will be provided in the Invitation to Negotiate.
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:
2 000 000.00
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 contracts will be set for an initial term of five years with an extension option of a further 3 years, solely at Mutual's discretion.
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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 GBP 750 000 per annum, for each of the last three (3) years.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Each contracting authority is required to demonstrate the following from the 6 categories. Further information on this is displayed in the Pre-Qualification Questionnaire document.
Health and Safety
1. Please submit details of your health and safety policy and health and safety management systems. Please also provide details of your safety performance and any safety related prosecutions over a period of 3 years immediately prior to the framework, as well as arrangements for complying with appropriate construction, design and management regulations.
Specialist electrical and instrumentation experience
2. The contracting authority is to provide details of 2 projects where they have provided electrical and instrumentation services, e.g. design or feasibility studies.
Mechanical and Civil
3. Please provide details of 2 projects where you have provided mechanical and civil services.
Pipeline
4. Please provide details of 1 project when you have designed, built or constructed, or have provided technical and integrity support in respect of pipeline cathodic systems.
Compliance and Safety Case
5. Please provide details of one example of technical and compliance support services such as a written scheme of examination of pressure systems, safety regulations and/or equivalent regulations. If the Bidder/organisation has any additional accreditations, certifications or specialities that may be relevant to the scope of requirements for this Project then please provide a summary.
Quality
6. Please provide details of the quality management system the Bidder/organisation currently has in place as well as any external auditing or accreditations that the Bidder/organisation is currently working towards. This will be marked on a Satisfactory / Unsatisfactory basis.
III.2) Conditions related to the contract
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 several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/01/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/02/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Potentially interested bidders should be aware that Mutual currently intends to invite bidders to compete for two other procurement processes in January 2017 for minor works and services, with call-off values lower than GBP 10 000 per activity. Further information will be provided in early January 2017.
Mutual expressly reserves the rights: (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 PQQ 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 PQQ 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 is entered into. The Framework shall not be binding until signed and dated by Mutual and the relevant bidders.
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.4.4) Service from which information about the review procedure may be obtained
Mutual Energy Limited c/o Pinsent Masons Belfast LLP
The Soloist, 1 Lanyon Place
Belfast
BT1 3LP
UK
E-mail: mutualframework@pinsentmasons.com
Internet address(es)
URL: http://www.mutual-energy.com/
VI.5) Date of dispatch of this notice
21/12/2016