Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Project_20219 — Invest NI — Sustainable Development Consultancy Framework.

  • First published: 11 August 2015
  • Last modified: 11 August 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department of Enterprise, Trade and Investment
Authority ID:
AA21311
Publication date:
11 August 2015
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Invest NI wishes to establish a framework list of service providers to deliver Sustainable Development Consultancy assignments to Northern Ireland businesses.

A primary tender competition will result in the appointment of multiple providers with expertise in various areas to deliver the support listed in each of the 9 categories below:

Framework category:

Category definition:

1. Resource efficiency and waste management systems: This category covers all of the areas of environmental management and efficiency to include waste management, environmental management, water efficiency, effluent treatment systems and rainwater harvesting,

2. Clean technology systems: This category covers efficient manufacturing systems which reduce business consumption of energy, water and materials,

3. Renewable technology systems: This category covers all types of renewable energy systems including, for example, bio energy, wind, marine and hydro energy,

4. Energy management and efficiency: This category covers all mechanical and electrical systems associated with buildings and manufacturing equipment to include refrigeration systems, compressed air systems, energy management systems, heat recovery, combined heat and power, lighting technologies, HVAC systems, energy metering and process heating,

5. Investigation of new technologies: This category covers all new energy or resource efficient technologies such as energy storage, fuel cells, 2nd generation biomass,

6. Packaging solutions: This category will incorporate for example, packaging design and solutions in terms of light weighting, transit packaging and packaging innovations that can deliver cost savings from reduced use of materials or less packaging waste,

7. Standards, accreditations and systems: This category will cover, for example, environmental management systems, energy management systems, carbon management, specific product/process accreditations, corporate responsibility and corporate carbon pressures within the supply chain,

8. Transport and logistics efficiency: This category will cover efficiencies relating to the transport and distribution of raw materials and manufactured products. For example, this may include efficient route planning, back haulage, void space, driving training in efficiency, vehicle aerodynamics, alternative fuels (bio fuels, electric),

9. Sustainable business collaborations: This category will cover establishing microgeneration collaborations within hubs (e.g. industrial estates) where high energy users could switch to renewable local generation of heat, power and fuel.

There is no restriction on the number of framework categories that Tenderers may apply for or be appointed to.

It is expected that the framework will commence mid-May 2015 and will operate for 36 months with the possibility of a further 12 months extension.

The framework will be open to Invest NI only.

Tender documents can be obtained electronically for registered users of Central Procurement Directorate's e-sourcing system, e-sourcing NI. If you are not already registered to use e-sourcing NI and wish to obtain these documents, please register at: www.e-sourcingni.bravosolution.co.uk, then follow the link to the current opportunities page.

Full notice text

CONTRACT AWARD NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Department of Enterprise Trade and Investment (DETI) Invest NIUKN

Bedford Square, Bedford Street

Belfast

BT2 7ES

UK

Batey Kellie


kellie.batey@dfpni.gov.uk


www.investni.com

www.dfpni.gov.uk/cpd

www.e-sourcingni.bravosolution.co.uk

www.e-sourcingni.bravosolution.co.uk

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Project_20219 — Invest NI — Sustainable Development Consultancy Framework.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

11

II.1.2)

Main site or location of works, place of delivery or performance

Throughout NI.


UKN

II.1.3)

This notice involves a framework agreement

Unchecked box
Unchecked box

II.1.4)

Short description of the contract or purchase(s)

Invest NI wishes to establish a framework list of service providers to deliver Sustainable Development Consultancy assignments to Northern Ireland businesses.

A primary tender competition will result in the appointment of multiple providers with expertise in various areas to deliver the support listed in each of the 9 categories below:

Framework category:

Category definition:

1. Resource efficiency and waste management systems: This category covers all of the areas of environmental management and efficiency to include waste management, environmental management, water efficiency, effluent treatment systems and rainwater harvesting,

2. Clean technology systems: This category covers efficient manufacturing systems which reduce business consumption of energy, water and materials,

3. Renewable technology systems: This category covers all types of renewable energy systems including, for example, bio energy, wind, marine and hydro energy,

4. Energy management and efficiency: This category covers all mechanical and electrical systems associated with buildings and manufacturing equipment to include refrigeration systems, compressed air systems, energy management systems, heat recovery, combined heat and power, lighting technologies, HVAC systems, energy metering and process heating,

5. Investigation of new technologies: This category covers all new energy or resource efficient technologies such as energy storage, fuel cells, 2nd generation biomass,

6. Packaging solutions: This category will incorporate for example, packaging design and solutions in terms of light weighting, transit packaging and packaging innovations that can deliver cost savings from reduced use of materials or less packaging waste,

7. Standards, accreditations and systems: This category will cover, for example, environmental management systems, energy management systems, carbon management, specific product/process accreditations, corporate responsibility and corporate carbon pressures within the supply chain,

8. Transport and logistics efficiency: This category will cover efficiencies relating to the transport and distribution of raw materials and manufactured products. For example, this may include efficient route planning, back haulage, void space, driving training in efficiency, vehicle aerodynamics, alternative fuels (bio fuels, electric),

9. Sustainable business collaborations: This category will cover establishing microgeneration collaborations within hubs (e.g. industrial estates) where high energy users could switch to renewable local generation of heat, power and fuel.

There is no restriction on the number of framework categories that Tenderers may apply for or be appointed to.

It is expected that the framework will commence mid-May 2015 and will operate for 36 months with the possibility of a further 12 months extension.

The framework will be open to Invest NI only.

Tender documents can be obtained electronically for registered users of Central Procurement Directorate's e-sourcing system, e-sourcing NI. If you are not already registered to use e-sourcing NI and wish to obtain these documents, please register at: www.e-sourcingni.bravosolution.co.uk, then follow the link to the current opportunities page.

II.1.5)

Common Procurement Vocabulary (CPV)

73200000
71314300
90713000

II.1.6)

Contract covered by the government procurement agreement (GPA)

Yes

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

 1 800 000   GBP     

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
Price 60
Quality 40
Delivery performance
Risk
Overall cost-effectiveness

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

Project_20219

IV.3.2)

Previous publication(s) concerning the same contract

Other previous publications

Section V: Award of contract

P20219 Lots 3 and 5

Renewable Technology Systems

3

Investigation of New Technologies

5

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Action Renewables

Block C, Unit 1 Boucher Business Studios

Belfast

BT12 6QH

UK




V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1, 3, 4 and 5

Resource Efficiency and Waste Management Systems

1

Renewable Technology Systems

3

Energy Management and Efficiency

4

Investigation of New Technologies

5

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Beers Engineering Consultancy Ltd

57B Crawfordsburn Road

Newtownards

BT23 4UH





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lot 7

Standards, Accreditations and Systems

7

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Business in the Community

Bridge House, Paulett Avenue

Belfast

BT5 4HD





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lot 4

Energy Management and Efficiency

4

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Building Research Establishment Limited

1 Bucknalls Lane, Herefordshire

Watford

WD25 9XX





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1, 4 and 7

Resource Efficiency and Waste Management Systems

1

Energy Management and Efficiency

4

Standards, Accreditations and Systems

7

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Fathom Energy & Environment Ltd

Inspire Business Park, Carrowreagh Road

Dundonald

BT16 1QT





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lot 5

Investigation of New Technologies

5

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


International Synergies (NI) Ltd

16 Church Street

Portadown

BT62 3LN





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1,2,3,4,5,6,7,8

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Mabbett & Associates Limited

Adelaide House, Hawthorn Business Centre, Falcon Road

Belfast

BT12 6SJ





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lot 1

Resource Efficiency and Waste Management Systems

1

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Northern Innovation

Maryland Industrial Estate, 286 Ballygowan Road

Belfast

BT23 6BL





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lot 1

Resource Efficiency and Waste Management Systems

1

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Promar International Limited

Alpha Buildings, London Road, Stapeley, Cheshire

Nantwich

CW5 7JW





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1,3,4 and 5

Resource Efficiency and Waste Management Systems

1

Renewable Technology Systems

3

Energy Management and Efficiency

4

Investigation of New Technologies

5

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


RPS Consulting Engineers

74 Boucher Road

Belfast

BT12 6RZ





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 3,4 and 7

Renewable Technology Systems

3

Energy Management and Efficiency

4

Standards, Accreditations and Systems

7

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


SDS Energy Group

Unit 3 Old Throne Hospital, 244 Whitewell Road

Belfast

BT36 7EN





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 4 and 8

Energy Management and Efficiency

4

Transport and Logistics Efficiency

8

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


AECOM Ltd

9th Floor, 2 Clarence Street West

Belfast

BT2 7GP





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1,2,3,4,5,8 and 9

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


B9 Solutions Ltd

19 Point Street

Larne

BT40 1HY





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 3 and 4

Renewable Technology Systems

3

Energy Management and Efficiency

4

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


CB Engineering Consultancy

36 Carrick Strand

Strabane

BT28 2RN





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1,2,3,4 and 5

Resource Efficiency and Waste Management Systems

1

Clean Technology Systems

2

Renewable Technology Systems

3

Energy Management and Efficiency

4

Investigation of New Technologies

5

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Element Consultants Ltd

48 Straid Road

Ballycastle

BT54 6NP





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1,3,4 and 7

Resource Efficiency and Waste Management Systems

1

Renewable Technology Systems

3

Energy Management and Efficiency

4

Standards, Accreditations and Systems

7

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Energy Footprint NI Ltd

5 Dalriada Crescent

Cushendall

BT44 0QQ





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 2,4 and 7

Clean Technology Systems

2

Energy Management and Efficiency

4

Standards, Accreditations and Systems

7

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Intra Consulting Limited

The Mount, 2 Woodstock Link

Belfast

BT6 8DD





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lot 4

Energy Management and Efficiency

4

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


JCP Consulting Limited

Lomond House, 85-87 Holywood Road

Belfast

BT3 4BD





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 1,4 and 7

Resource Efficiency and Waste Management Systems

1

Energy Management and Efficiency

4

Standards, Accreditations and Systems

7

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


QUADRA

14-16 Shore Road

Holywood

BT18 9HX





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lots 3 and 4

Renewable Technology Systems

3

Energy Management and Efficiency

4

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Renewable Building Technologies

Bankmore Business Park, Bankmore Road

Omagh

BT79 0BE





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

P20219 Lot 3

Renewable Technology Systems

3

V.1)

Date of contract award:

 7-7-2015

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


HYDRO NI

Omagh Enterprise Company

Omagh

BT78 5LU





V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

No



VI.2)

Additional Information

Suppliers Instructions:

How to express interest in this tender:

1. Register your company on the e-Sourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register:

— Accept the terms and conditions and click ‘I agree',

— Enter your correct business and user details,

— Note the username you chose and click “Save” when complete,

— You will shortly receive an email with your unique password (please keep this secure).

2. Express an interest in the tender:

— Login to the portal with the username/password,

— Click the “PQQs / ITTs Open To All Suppliers” link. (These are pre qualification questionnaires or invitations to tender open to any registered supplier),

— Click on the relevant PQQ/ ITT to access the content,

— Click the “Express Interest” button at the top of the page,

— This will move the PQQ /ITT into your “My PQQs/ My ITTs” page. (This is a secure area reserved for your projects only),

—You can now access any attachments by clicking “Buyer Attachments” in the “PQQ/ ITT Details” box.

3. Responding to the tender:

— Click “My Response” under “PQQ/ ITT Details”, you can choose to “Create Response” or to “Decline to Respond” (please give a reason if declining),

— You can now use the “Messages” function to communicate with the buyer and seek any clarification,

— Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT,

— There may be a mixture of online and offline actions for you to perform (there is detailed online help available),

— You must then submit your reply using the “Submit Response” button at the top of the page.

If you require any further assistance, please consult the online help or contact the e-Tendering help desk.

Contract Monitoring:

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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 12 months from the date of issue of the certificate.

The Authority expressly reserves the rights:

(I) not to award any contract as a result of the procurement process commenced by publication of this notice,

(II) to make whatever changes it may see fit to the content and structure of the tendering competition,

(III) to award (a) contract (s) in respect of any part (s) of the [services] covered by this notice, and

(IV). to award contract (s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.

The framework agreement is being let by Central Procurement Directorate on behalf of Invest NI only and will be used by Invest NI only.

Electronic invoicing and payment will be used.

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures


See Section VI.4.2)








Body responsible for mediation procedures


See Section VI.4.2)








VI.3.2)

Lodging of appeals

CPD will incorporate a standstill period at the point information on the Award of the Contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties, who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any such action must generally be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.3.3)

Service from which information about the lodging of appeals may be obtained










VI.4)

Dispatch date of this Notice

 05-08-2015

Coding

Commodity categories

ID Title Parent category
71314300 Energy-efficiency consultancy services Energy and related services
90713000 Environmental issues consultancy services Environmental management
73200000 Research and development consultancy services Research and development services and related consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
kellie.batey@dfpni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.