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 Notice

DfC 4223072 Lagan Impound Environmental Consultancy Services 2022

  • First published: 10 May 2022
  • Last modified: 10 May 2022

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:
ocds-h6vhtk-03356b
Published by:
Department for Communities
Authority ID:
AA72536
Publication date:
10 May 2022
Deadline date:
07 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area. The professional technical and advisory services shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment. For a full description of the services required, refer to the competition documents, in particular MOI Part B.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Communities

Level 4, NINE Lanyon Place

BELFAST

BT1 3LP

UK

Contact person: construct.infofinance-ni.gov.uk

Telephone: +44 2890816555

E-mail: construct.info@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etendersni.gov.uk/epps/home.do


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps/home.do


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etendersni.gov.uk/epps/home.do


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

DfC 4223072 Lagan Impound Environmental Consultancy Services 2022

Reference number: 4223072

II.1.2) Main CPV code

90713000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area. The professional technical and advisory services shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment. For a full description of the services required, refer to the competition documents, in particular MOI Part B.

II.1.5) Estimated total value

Value excluding VAT: 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90713100

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

River Lagan Belfast

II.2.4) Description of the procurement

The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area. The professional technical and advisory services shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment. For a full description of the services required, refer to the competition documents, in particular MOI Part B.

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: 300 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

This contract will be awarded for 4 years with a Contracting Authority option to terminate at the end of Year 2 and Year 3.

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 Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area in Belfast, Northern Ireland. Professional, technical and advisory services are required and they shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment

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

List and brief description of conditions:

In order for a Contractor/Consultant to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Refer to Contract Documentation


Minimum level(s) of standards required:

Refer to Contract Documentation

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Refer to Contract Documentation


Minimum level(s) of standards required:

Refer to Contract Documentation

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

TThe Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures:. www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures.. If an Economic Operator has received more than one current Notice of Written . Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at . its discretion, can consider an Economic Operator’s exclusion from future . procurements, being undertaken on behalf of bodies covered by the Northern . Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 . years respectively. . A list of bodies subject to Northern Ireland Public Procurement Policy can be . viewed at: . www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/06/2022

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 07/10/2022

IV.2.7) Conditions for opening of tenders

Date: 07/06/2022

Local time: 15:30

Place:

via CPDs eTendersNI Tender Procurement Portal

Information about authorised persons and opening procedure:

Tenders will be opened by the appropriate numbers of staff of CPD's Procurement Operations Branch

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Department of Finance Procurement Operations Branch

Clare House 303 Airport Road West

Belfast

BT3 9ED

UK

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

Internet address(es)

URL: https://www.finance-ni.gov.uk/contract

VI.5) Date of dispatch of this notice

09/05/2022

Coding

Commodity categories

ID Title Parent category
90713100 Consulting services for water-supply and waste-water other than for construction Environmental issues consultancy services
90713000 Environmental issues consultancy services Environmental management

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:
construct.info@finance-ni.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.