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 Award Notice

ID 2824655 DAERA — Delivery of DAERA Farm Business Improvement Scheme — Capital — Tier 1 — Tranche 3, 4, 5

  • First published: 06 October 2020
  • Last modified: 06 October 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:
06 October 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Department of Agriculture, Environment and Rural Affairs (DAERA)(hereafter referred to as the Client) requires an external contractor to support the Client with the delivery of a third tranche of Tier 1 of the Business Improvement Scheme — Capital (FBIS-C) (hereafter referred to as the Scheme), with the options to deliver a fourth and fifth tranche. The contract will be for a maximum period until 30 September 2023.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Department of Agriculture, Environment and Rural Affairs DAERA

Dundonald House Upper Newtownards Road Ballymiscaw

Belfast

BT4 3SB

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.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

ID 2824655 DAERA — Delivery of DAERA Farm Business Improvement Scheme — Capital — Tier 1 — Tranche 3, 4, 5

Reference number: ID 2824655

II.1.2) Main CPV code

77000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Department of Agriculture, Environment and Rural Affairs (DAERA) (hereafter referred to as the Client) requires an external contractor to support the Client with the delivery of a third tranche of Tier 1 of the Business Improvement Scheme — Capital (FBIS-C) (hereafter referred to as the Scheme), with the options to deliver a fourth and fifth tranche. The contract will be for a maximum period until 30 September 2023.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 2 990 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

77110000

77100000

79000000

79500000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Department of Agriculture, Environment and Rural Affairs (DAERA)(hereafter referred to as the Client) requires an external contractor to support the Client with the delivery of a third tranche of Tier 1 of the Business Improvement Scheme — Capital (FBIS-C) (hereafter referred to as the Scheme), with the options to deliver a fourth and fifth tranche. The contract will be for a maximum period until 30 September 2023.

II.2.5) Award criteria

Quality criterion: AC1 Resource allocation / Weighting: 10

Quality criterion: AC2 Marketing, promotion and public relations / Weighting: 15

Quality criterion: AC3 Contract and account management / Weighting: 15

Quality criterion: AC4 Contingency arrangements / Weighting: 10

Cost criterion: Total service cost / Weighting: 50

II.2.11) Information about options

Options: Yes

Description of options:

The Client may, give notice in writing to the contractor to invite the contractor to agree to extend the contract into Option 2 Tranche 4 for a period up to and including May 2022. Thereafter, the parties may agree in writing to extend the contract for Option 2 Tranche 5 for a period from June 2022 up to and including Sept 2023.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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:

2020/S 158-386862

Section V: Award of contract

Contract No: 1

Title: Contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/09/2020

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Countryside Services Ltd

97 Moy Road

Dungannon

BT71 7DX

UK

Telephone: +44 2887789770

E-mail: andrew.kerr@countrysideservices.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 990 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Contract monitoring. The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 notice of unsatisfactory performance and this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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.

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. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD complied with the Public Contracts Regulations 2015.

VI.5) Date of dispatch of this notice

29/09/2020

Coding

Commodity categories

ID Title Parent category
77100000 Agricultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
77110000 Services incidental to agricultural production Agricultural 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:
SSDAdmin.CPD@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.