Tender

DfC 4223072 Lagan Impound Environmental Consultancy Services 2022

  • Department for Communities

F02: Contract notice

Notice identifier: 2022/S 000-011982

Procurement identifier (OCID): ocds-h6vhtk-03356b

Published 9 May 2022, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

Department for Communities

Level 4, NINE Lanyon Place

BELFAST

BT1 3LP

Contact

construct.infofinance-ni.gov.uk

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

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/home.do

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/home.do

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/home.do

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

DfC 4223072 Lagan Impound Environmental Consultancy Services 2022

Reference number

4223072

two.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area. The professional technical and advisory services shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment. For a full description of the services required, refer to the competition documents, in particular MOI Part B.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

River Lagan Belfast

two.2.4) Description of the procurement

The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area. The professional technical and advisory services shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment. For a full description of the services required, refer to the competition documents, in particular MOI Part B.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Duration in months

48

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

This contract will be awarded for 4 years with a Contracting Authority option to terminate at the end of Year 2 and Year 3.

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

The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area in Belfast, Northern Ireland. Professional, technical and advisory services are required and they shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment


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

In order for a Contractor/Consultant to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below

three.1.2) Economic and financial standing

List and brief description of selection criteria

Refer to Contract Documentation

Minimum level(s) of standards possibly required

Refer to Contract Documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Refer to Contract Documentation

Minimum level(s) of standards possibly required

Refer to Contract Documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

TThe Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures:. www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures.. If an Economic Operator has received more than one current Notice of Written . Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at . its discretion, can consider an Economic Operator’s exclusion from future . procurements, being undertaken on behalf of bodies covered by the Northern . Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 . years respectively. . A list of bodies subject to Northern Ireland Public Procurement Policy can be . viewed at: . www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

7 June 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: 7 October 2022

four.2.7) Conditions for opening of tenders

Date

7 June 2022

Local time

3:30pm

Place

via CPDs eTendersNI Tender Procurement Portal

Information about authorised persons and opening procedure

Tenders will be opened by the appropriate numbers of staff of CPD's Procurement Operations Branch


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Department of Finance Procurement Operations Branch

Clare House 303 Airport Road West

Belfast

BT3 9ED

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

https://www.finance-ni.gov.uk/contract