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: https://www.mutual-energy.com
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 — Electrical and Instrumentation.
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 3 competent and experienced providers for the award of places on a framework. The objective was to appoint providers that could deliver electrical and instrumentation services aimed at small scale projects with a call-off value of less than 10 000 GBP per activity. 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 3 operating companies of the Mutual Energy Group (West Transmission Limited, Belfast Gas Transmission Limited and Premier Transmission Limited). The providers were appointed to the panel on the premise that they have provided a market rate for particular activities, but are not guaranteed work.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
250 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45310000
50116100
71311000
71317210
71314100
71334000
71631000
76600000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Northern Ireland (Various).
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, electrical and instrumentation) for plant enhancements and replacements.
The consultancy service providers have previously been procured as and when required. The process of procuring each service separately is administratively burdensome. Also, the services are often required at short notice e.g. following a site electrical trip, there may be investigative works required at short notice. 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 the experts at competitively tendered rates when specific work requirements arise.
This project incorporates minor works associated with electrical and instrumentation projects. The historic costs for these projects have been relatively low, but these are expected to increase due to a number of imminent smaller compliance work activities. Mutual anticipates a total value of 250 000 GBP over the period of the framework, with an anticipated average call off value of less than 10 000 GBP.
II.2.5) Award criteria
Quality criterion: DSEAR
/ Weighting: 15
Quality criterion: Actuated Valve
/ Weighting: 15
Quality criterion: MCB Inadvertent Trip
/ Weighting: 15
Quality criterion: Water Bath Heater Control System Replacement
/ Weighting: 15
Price
/ Weighting:
40
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 60 % quality and 40 % price. The anticipated volume of work to be made available to providers is 250 000 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
Open procedure
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:
2017/S 066-124866
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Technical, Regulatory and Compliance Support Minor Projects — Electrical and Instrumentation
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/10/2017
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
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:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 2
Title: Technical, Regulatory and Compliance Support Minor Projects — Electrical and Instrumentation
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/10/2017
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
HaskoningDHV UK Limited
Rightwell House, Bretton Centre
Peterborough
PE3 8DW
UK
NUTS: UKH11
Internet address(es)
URL: https://www.royalhaskoningdhv.com/en/united-kingdom
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:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 3
Title: Technical, Regulatory and Compliance Support Minor Projects — Electrical and Instrumentation
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/10/2017
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mitchell Dey Norton Limited
17A Main Street, Balerno, Midlothian
Edinburgh
EH14 7EQ
UK
NUTS: UKM73
Internet address(es)
URL: http://www.mdnengineers.co.uk/
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:
: 250 000.00
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
02/10/2017