Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DAERA EMFG - Development and Support Services for Climate NI
II.1.2)Main CPV code
79411000
II.1.3)Type of contract
Services
II.1.4)Short description:
In order to support DAERA in meeting its climate change adaptation requirements in the UK Climate Change Act 2008 and to ensure NI is positioned to adapt to our changing climate, DAERA wishes so appoint a Contractor who will be responsible for providing Secretariat and Administration function to Climate NI.
II.1.5)Estimated total value
Value excluding VAT: 475 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
79400000
79410000
79411100
90712000
90713000
90700000
II.2.3)Place of performance
NUTS code: UKN
II.2.4)Description of the procurement:
In order to support DAERA in meeting its climate change adaptation requirements in the UK Climate Change Act 2008 and to ensure NI is positioned to adapt to our changing climate, DAERA wishes so appoint a Contractor who will be responsible for providing Secretariat and Administration function to Climate NI.
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: 475 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
It is anticipated that this Contract will commence on 16.5.2018 for a duration of 3 years. The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extend for any period up to and including twenty four months commencing from the termination date of the original Contract Period.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
It is anticipated that this Contract will commence on 16.5.2018 for a duration of 3 years. The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extend for any period up to and including twenty four months commencing from the termination date of the original Contract Period.
II.2.12)Information about electronic catalogues
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
The DAERA has a budget of maximum of GBP 95 000 per annum excluding VAT, to spend on the adaptation support service to Climate Northern Ireland (inclusive of any travel and subsistence). Contractors should, however, note that this is a maximum figure and should price their bids accordingly if they wish to gain a competitive advantage. Any proposals in excess of this figure will not be considered.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
List and brief description of selection criteria:
As per Tender documentation.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
As per Tender documentation.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/02/2018
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 27/05/2018
IV.2.7)Conditions for opening of tenders
Date: 26/02/2018
Local time: 15:30
Information about authorised persons and opening procedure:
Only CPD Procurement Staff with access to the project on eTendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
If required once this contract expires.
VI.2)Information about electronic workflows
VI.3)Additional information:
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 twelve 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.
VI.4)Procedures for review
VI.4.1)Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
UK
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
09/01/2018