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
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.