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