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

DAERA 3105038 Mobuoy Road Waste Remediation Project — Consultant Appointment

  • First published: 17 November 2020
  • Last modified: 17 November 2020

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:
Published by:
Department of Agriculture and Rural Development
Authority ID:
AA20969
Publication date:
17 November 2020
Deadline date:
14 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
90722000 Environmental rehabilitation Environmental protection
90700000 Environmental services Sewage, refuse, cleaning and environmental services

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.