Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for the Economy
39/49 Adelaide Street
BELFAST
BT2 8FD
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: 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
The contract is awarded by a central purchasing body
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
DFE – The Provision of Expert Mine Engineering Advice
Reference number: 5552793
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for the Economy (DfE), the Department’s Agencies and dependent bodies require a Contractor to provide advice and expertise in all aspects of mine engineering. The Contractor will provide advice on the safety and remediation options for abandoned mines throughout Northern Ireland, thereby assisting the Department to carry out its functions under the Mineral Development Act (Northern Ireland) 1969. In addition, the Contractor will be required to review operational and planned underground mining activities including the Kilroot Salt Mine, Carrickfergus, Co Antrim (owned and operated by the Irish Salt Mining and Exploration Co Ltd (“ISME”).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
170 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71310000
71332000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for the Economy (DfE), the Department’s Agencies and dependent bodies require a Contractor to provide advice and expertise in all aspects of mine engineering. The Contractor will provide advice on the safety and remediation options for abandoned mines throughout Northern Ireland, thereby assisting the Department to carry out its functions under the Mineral Development Act (Northern Ireland) 1969. In addition, the Contractor will be required to review operational and planned underground mining activities including the Kilroot Salt Mine, Carrickfergus, Co Antrim (owned and operated by the Irish Salt Mining and Exploration Co Ltd (“ISME”).
II.2.5) Award criteria
Quality criterion: Chief Mining Expert Substitute Chief Mining Expert
/ Weighting: 35
Quality criterion: Proposed team
/ Weighting: 21
Quality criterion: Contract Management
/ Weighting: 3.5
Quality criterion: Social Value
/ Weighting: 10.5
Cost criterion: Total Contract Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
option to extend for up to and including 2 periods of 12 Months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2024/S 000-035908
Section V: Award of contract
Contract No: 1
Title: DFE – The Provision of Expert Mine Engineering Advice
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/02/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WARDELL ARMSTRONG LLP
SIR HENRY DOULTON HOUSE FORGE LANE
STOKE-ON-TRENT
ST1 5BD
UK
E-mail: jdavies@wardell-armstrong.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
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:
: 170 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The successful Contractor’s performance will be managed as per the specification and 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 your performance does not improve to satisfactory levels within the specified period this can be considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice.. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice.. of. Unsatisfactory. Performance may, in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future. public. procurement competitions for a period of up to three years
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulation
uk
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended).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.
VI.5) Date of dispatch of this notice
04/03/2025