Award

TEO SIB - Installation of Automated Meter Reading Systems

THE EXECUTIVE OFFICE - STRATEGIC INVESTMENT BOARD

This public procurement record has 3 releases in its history.

TenderUpdate

28 Jan 2022 at 11:25

Award

10 Jan 2022 at 15:15

Tender

30 Jul 2021 at 16:24

Summary of the contracting process

The Executive Office - Strategic Investment Board is conducting a procurement process titled "TEO SIB - Installation of Automated Meter Reading Systems" aimed at providing software packages and information systems to facilitate the installation of Automated Meter Reading (AMR) systems across Northern Ireland's central government and associated bodies. The current procurement stage is at the award phase, with a total contract value of £2,000,000, signed on 4th January 2022, following a competitive tendering process classified under the goods category. Interested parties should be aware that the procurement method used is an open procedure, allowing a variety of suppliers to participate.

This procurement presents significant opportunities for businesses involved in software and hardware provision, specifically those specialising in energy management systems, metering technologies, and related support services. With an initial contract period of five years, potentially extended for an additional year, companies capable of delivering innovative AMR solutions and ongoing maintenance support are particularly well-suited to compete. Engaging with this tender could drive business growth as it opens avenues for multiple installations across various governmental departments, contingent on available funding and demand.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

TEO SIB - Installation of Automated Meter Reading Systems

Notice 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.

Lot Information

Lot 1

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. 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 4 / 8 EN Standard form 2 - Contract notice contract will allow expenditure up to PS2,000,000. 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.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02cef2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002524-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,000,000 £1M-£10M

Notice Dates

Publication Date
28 Jan 20224 years ago
Submission Deadline
31 Aug 2021Expired
Future Notice Date
Not specified
Award Date
4 Jan 20224 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE EXECUTIVE OFFICE - STRATEGIC INVESTMENT BOARD
Contact Name
SSD Admin
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 3LP
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Central
Westminster Constituency
Belfast South and Mid Down

Supplier Information

Number of Suppliers
1
Supplier Name

ATLAS FIRE SECURITY NI

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02cef2-2022-01-28T11:25:04Z",
    "date": "2022-01-28T11:25:04Z",
    "ocid": "ocds-h6vhtk-02cef2",
    "description": "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 PS3m 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02cef2",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "TEO SIB - Installation of Automated Meter Reading Systems",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. 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 4 / 8 EN Standard form 2 - Contract notice contract will allow expenditure up to PS2,000,000. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Quantitative Criteria",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-31T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-11-29T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2021-08-31T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-31T15:30:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "CPD will complied with the Public Contracts Regulations 2015 and, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "CPD would like to clarify as outlined in the contract documentation the participating bodies that can avail of this contract are as listed (but not limited to) as per the following link https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies"
                        },
                        "where": {
                            "section": "VI.1.1)"
                        }
                    }
                ],
                "description": "CPD would like to clarify as outlined in the contract documentation the participating bodies that can avail of this contract are as listed (but not limited to) as per the following link https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-24271",
            "name": "The Executive Office - Strategic Investment Board",
            "identifier": {
                "legalName": "The Executive Office - Strategic Investment Board"
            },
            "address": {
                "streetAddress": "5th Floor, 9 Lanyon Pl, Belfast",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT1 3LP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "SSD Admin",
                "email": "ssdadmin.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24272",
            "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",
            "identifier": {
                "legalName": "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"
            },
            "address": {
                "locality": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-40170",
            "name": "ATLAS FIRE SECURITY NI LTD",
            "identifier": {
                "legalName": "ATLAS FIRE SECURITY NI LTD"
            },
            "address": {
                "streetAddress": "Glenbank, 720 Crumlin Road",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT14 8AD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890391000",
                "email": "martin.white@atlasworld.co.uk",
                "faxNumber": "+44 2890391227"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.atlasworld.co.uk/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-24987",
            "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 amended",
            "identifier": {
                "legalName": "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 amended"
            },
            "address": {
                "locality": "United Kingdom",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-24271",
        "name": "The Executive Office - Strategic Investment Board"
    },
    "language": "en",
    "awards": [
        {
            "id": "000647-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-40170",
                    "name": "ATLAS FIRE SECURITY NI LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000647-2022-1-1",
            "awardID": "000647-2022-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 2000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-01-04T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}