Section one: Contracting authority
one.1) Name and addresses
DAERA: Climate Change and Green Growth Policy Division
2nd Floor Klondyke Building, 1 Cromac Avenue, Gasworks Business Park
BELFAST
BT7 2JA
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
Tenders or requests to participate must be submitted to the above-mentioned address
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DAERA - Provision of Climate Change Support Services - Climate N.Ireland (ClimateNI) Project
Reference number
4696806
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
DAERA funds the Climate Northern Ireland Project (Climate NI). Climate NI is an intersectoral network devoted to increasing understanding of climate change impacts and risks within Northern Ireland and promoting adaptation and mitigation actions necessary to address these. In order to support DAERA in meeting its requirements under the Climate Change Act 2008 and the Climate Change Act (Northern Ireland) 2022, DAERA wishes to appoint a “Contractor” who will be responsible for delivering the requirements set out in the specification. The Contractor must also provide a Secretariat and Administration function to the Climate NI Project Steering Group. It is envisaged that this contract will require the working time of approximately three to four full time members of staff (based upon a 37-hr working week) with additional input from expert support staff, as and when required for a period of 3 years with 2 optional extension periods of 12 months each. TUPE is applicable to this contract (please refer to the tender documents for further details).
two.1.5) Estimated total value
Value excluding VAT: £997,500
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
- 79420000 - Management-related services
- 73220000 - Development consultancy services
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DAERA funds the Climate Northern Ireland Project (Climate NI). Climate NI is an intersectoral network devoted to increasing understanding of climate change impacts and risks within Northern Ireland and promoting adaptation and mitigation actions necessary to address these. In order to support DAERA in meeting its requirements under the Climate Change Act 2008 and the Climate Change Act (Northern Ireland) 2022, DAERA wishes to appoint a “Contractor” who will be responsible for delivering the requirements set out in the specification. The Contractor must also provide a Secretariat and Administration function to the Climate NI Project Steering Group. It is envisaged that this contract will require the working time of approximately three to four full time members of staff (based upon a 37-hr working week) with additional input from expert support staff, as and when required for a period of 3 years with 2 optional extension periods of 12 months each. TUPE is applicable to this contract (please refer to the tender documents for further details).
two.2.5) Award criteria
Quality criterion - Name: Outcome 1: Supporting Policy Development. / Weighting: 11.2
Quality criterion - Name: Outcome 2: Climate NI is supported by an effective secretariat service / Weighting: 11.2
Quality criterion - Name: Outcome 3 Increased Awareness on Climate Action / Weighting: 11.2
Quality criterion - Name: Outcome 4: Increased Climate Action / Weighting: 11.2
Quality criterion - Name: Contract Management / Weighting: 8.4
Quality criterion - Name: Social Value: Create employment and training opportunities / Weighting: 8.4
Quality criterion - Name: Social Value: Supporting Health & Wellbeing / Weighting: 8.4
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £997,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract may be retendered after the current contract expires
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
2 options to extend for a period of 12 months each.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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
14 June 2023
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: 12 September 2023
four.2.7) Conditions for opening of tenders
Date
16 June 2023
Local time
12:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2028
six.3) Additional information
Contract Monitoring. 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.