Tender

DAERA - Provision of Climate Change Support Services - Climate N.Ireland (ClimateNI) Project

  • DAERA: Climate Change and Green Growth Policy Division

F02: Contract notice

Notice identifier: 2023/S 000-013122

Procurement identifier (OCID): ocds-h6vhtk-03c72c

Published 9 May 2023, 1:50pm



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

Email

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.