Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
Ballykelly House, 111 Ballykelly Road
Limavady
BT49 9HP
UK
Contact person: constructinfo
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/cft/prepareViewCfTWS.do?resourceId=3186072
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3186072
Tenders or requests to participate must be sent to the abovementioned address
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/cft/prepareViewCfTWS.do?resourceId=3186072
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 3105038 Mobuoy Road Waste Remediation Project — Consultant Appointment
II.1.2) Main CPV code
71310000
II.1.3) Type of contract
Services
II.1.4) Short description
The Department of Agriculture, Environment and Rural Affairs (DAERA) through its Northern Ireland Environment Agency (NIEA) seeks to appoint an Integrated Consultancy Team (ICT) to undertake all aspects required in the planning to implement a remediation strategy for the Mobuoy Road Waste Site in Co. Londonderry, Northern Ireland. The ICT will be appointed under the NEC3 Professional Service Contract and will be required to provide the service in a phase approach with Employers approval required before progressing with any phase of the service. The economic operator must provide project management and or civil engineering discipline from within its own resources refer to the PQQ documentation for a full description of the project and service required. The contracting authority reserves the right to revise/alter the service required in line with the Mobuoy Road Waste Remediation Project objectives.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90700000
90722000
71541000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Mobuoy Road Waste Site.
II.2.4) Description of the procurement
The Department of Agriculture, Environment and Rural Affairs (DAERA) through its Northern Ireland Environment Agency (NIEA) seeks to appoint an Integrated Consultancy Team (ICT) to undertake all aspects required in the planning to implement a remediation strategy for the Mobuoy Road Waste Site in Co. Londonderry, Northern Ireland. The ICT will be appointed under the NEC3 Professional Service Contract and will be required to provide the service in a phase approach with employers approval required before progressing with any phase of the service. The economic operator must provide project management and or civil engineering discipline from within its own resources Refer to the PQQ documentation for a full description of the project and service required. The contracting authority reserves the right to revise/alter the service required in line with the Mobuoy Road Waste Remediation Project objectives.
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:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 102
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
Given the confidential nature of documentation contained within the tender pack, shortlisted economic operators will be required to sign a non-disclosure agreement prior to release of the tender documents. Refer to PQQ documentation for non-disclosure agreement. Please note also that the tender documents will be digitally controlled with licensing provided by the employer.
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:
Refer to PQQ documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The 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: https://www.financeni.. 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: https://www.finance-ni.gov.uk/articles/list-publicbodies-whichnipublicprocurement-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
Restricted 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:
14/12/2020
Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
08/02/2021
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:
09/08/2021
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
CPD, in its capacity as a central purchasing body, is managing this procurement procedure on behalf of the contracting authority which is the Department of Environment and Rural Affairs. The contracting authority expressly reserves the right:
(i) to award one, some, all or no lots;
(ii) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and
(iii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the authority be liable for any costs incurred by economic operators or candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic operators should take part in this process only on the basis that they fully understand and accept this position.
VI.4) Procedures for review
VI.4.1) Review body
Department of Finance, Construction Procurement Delivery 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/contact
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision.
VI.5) Date of dispatch of this notice
12/11/2020