Tender

DAERA - NIEA - Eastern Mournes Wildfire Recovery Project

  • DAERA: Northern Ireland Environmental Agency NIEA

F02: Contract notice

Notice identifier: 2025/S 000-001178

Procurement identifier (OCID): ocds-h6vhtk-04cfdd

Published 14 January 2025, 1:11pm



Section one: Contracting authority

one.1) Name and addresses

DAERA: Northern Ireland Environmental Agency NIEA

303 Airport Road West

BELFAST

BT3 9ED

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin@CPDfinance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA - NIEA - Eastern Mournes Wildfire Recovery Project

Reference number

5255294

two.1.2) Main CPV code

  • 77200000 - Forestry services

two.1.3) Type of contract

Services

two.1.4) Short description

Department of Agriculture Environment and Rural Affairs (DAERA)/ NI Environmental Agency (NIEA) is seeking to appoint an experienced, competent and suitably qualified wildfire expert or consortium of experts to develop three comprehensive wildfire management plans and other wildfire related projects for various ASSI, and SAC across Northern Ireland including Eastern and Western Mournes, Kilfeaghan Upper, Antrim Hills and Carn / Glen Shane. It is anticipated that this work will commence at contract award and run for an initial period of three years to complete all seven core outcomes, detailed within the Specification, in full estimated to be completed within the initial three years contract period. Please refer to tender documents for full details.

two.1.5) Estimated total value

Value excluding VAT: £605,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services
  • 90700000 - Environmental services
  • 90711000 - Environmental impact assessment other than for construction
  • 90711100 - Risk or hazard assessment other than for construction
  • 90711200 - Environmental standards other than for construction
  • 90711300 - Environmental indicators analysis other than for construction
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction
  • 90711500 - Environmental monitoring other than for construction
  • 90712200 - Forest conservation strategy planning
  • 90715000 - Pollution investigation services
  • 90715270 - Recycling plant site investigation
  • 90721000 - Environmental safety services
  • 90721100 - Landscape protection services
  • 90721800 - Natural risks or hazards protection services
  • 90722000 - Environmental rehabilitation

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Department of Agriculture Environment and Rural Affairs (DAERA)/ NI Environmental Agency (NIEA) is seeking to appoint an experienced, competent and suitably qualified wildfire expert or consortium of experts to develop three comprehensive wildfire management plans and other wildfire related projects for various ASSI, and SAC across Northern Ireland including Eastern and Western Mournes, Kilfeaghan Upper, Antrim Hills and Carn / Glen Shane. It is anticipated that this work will commence at contract award and run for an initial period of three years to complete all seven core outcomes, detailed within the Specification, in full estimated to be completed within the initial three years contract period. Please refer to tender documents for full details.

two.2.5) Award criteria

Quality criterion - Name: Proposed Team Experience / Weighting: 30.4

Quality criterion - Name: Proposed Methodology / Weighting: 24.8

Quality criterion - Name: Contract Management / Weighting: 14.4

Quality criterion - Name: Social Value / Weighting: 10.4

Cost criterion - Name: Total Contract Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £605,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that this contract will initially run for three years with one option to extend for 12 months subject to satisfactory performance and at the request of NIEA. This will be measured by progress made against outputs and will be subject to the availability of funding and the continuing assessment of need with the agreement of both parties.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the Tender Documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed in the Tender Documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the Tender Documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

17 February 2025

Local time

3:00pm

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

English

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

Tender must be valid until: 18 May 2025

four.2.7) Conditions for opening of tenders

Date

17 February 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

The successful contractor’s performance on the contract will be regularly monitored. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 for a Period of twelve months from the date of issue of the certificate..

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.