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
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
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom