loading
  • GB-BT4 3SB Belfast
  • 26.02.2018
  • Ausschreibung
  • (ID 2-289118)

DAERA EMFG - Development and Support Services for Climate NI


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.02.2018, 15:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Umweltverträglichkeitsstudie / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-BT4 3SB Belfast
    TED Dokumenten-Nr. 11493-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: General management consultancy services

      2018/S 007-011493

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Department of Agriculture, Environment and Rural Affairs
      Dundonald House, Upper Newtownards Road, Ballymiscaw
      Belfast
      BT4 3SB
      United Kingdom
      Contact person: martin.hallfinance-ni.gov.uk
      E-mail: MTdmWmttYmcnYVplZTlfYmdaZ1xeJmdiJ2BobyduZA==
      NUTS code: UK

      Internet address(es):

      Main address: https://etendersni.gov.uk/epps

      Address of the buyer profile: https://etendersni.gov.uk/epps

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendersni.gov.uk/epps
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etendersni.gov.uk/epps
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 11.01.2018
Zuletzt aktualisiert 11.01.2018
Wettbewerbs-ID 2-289118 Status Kostenpflichtig
Seitenaufrufe 55