Tender

ID 4099240 - DAERA Forest Service - Clearance of Invasive Plant Species

  • Department of Agriculture, Environment and Rural Affairs DAERA

F02: Contract notice

Notice identifier: 2022/S 000-005697

Procurement identifier (OCID): ocds-h6vhtk-031cda

Published 2 March 2022, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs DAERA

Ballykelly House, 111 Ballykelly Road

Limavady

BT49 9HP

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS 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 to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 4099240 - DAERA Forest Service - Clearance of Invasive Plant Species

Reference number

ID 4099240

two.1.2) Main CPV code

  • 77231600 - Afforestation services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Agriculture, Environment and Rural Affairs (DAERA) requires experienced contractors to provide a programme of Invasive plant clearance.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Down and Armagh

Lot No

1

two.2.2) Additional CPV code(s)

  • 77312000 - Weed-clearance services
  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Agriculture, Environment and Rural Affairs (DAERA) requires experienced contractors to provide a programme of Invasive plant clearance.

two.2.5) Award criteria

Cost criterion - Name: Quantitative Criteria / Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £266,666

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

48 months ( 2 yrs +2 yrs optional extension)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This contract will run for 48 months ( 2 yrs +2 yrs optional extension)

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Contract for 2 years and a further 2 years optional extension.

two.2) Description

two.2.1) Title

Tyrone and Fermanagh

Lot No

2

two.2.2) Additional CPV code(s)

  • 77312000 - Weed-clearance services
  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Agriculture, Environment and Rural Affairs (DAERA) requires experienced contractors to provide a programme of Invasive plant clearance.

two.2.5) Award criteria

Cost criterion - Name: Quantitative Criteria / Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £266,666

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract is for 48 months 2 years plus2 optional extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for 2 further years

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Contract for 48 months consisting of 2 years and 2 further years extension

two.2) Description

two.2.1) Title

LDerry and Antrim

Lot No

3

two.2.2) Additional CPV code(s)

  • 77312000 - Weed-clearance services
  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Agriculture, Environment and Rural Affairs (DAERA) requires experienced contractors to provide a programme of Invasive plant clearance.

two.2.5) Award criteria

Cost criterion - Name: Quantitative Criteria / Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £266,666

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Contract is for 48 months 2 years and 2 further years extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Contract is for 48 months 2 years and 2 further years extension

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Contract is for 48 months 2 years and 2 further years extension


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

5 April 2022

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: 4 July 2022

four.2.7) Conditions for opening of tenders

Date

5 April 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Every 4 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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 three. 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..

six.4) Procedures for review

six.4.1) Review body

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

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

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 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.