Awarded contract

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

  • DAERA: Climate Change and Green Growth Policy Division

F03: Contract award notice

Notice reference: 2023/S 000-019151

Published 5 July 2023, 1:26pm



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

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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


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

4696805

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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £975,415

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: Qualitative Criteria / Weighting: 70

Cost criterion - Name: Quantitative Criteria / Weighting: 30

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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-013122


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

NORTHERN IRELAND ENVIRONMENT LINK

89 Loopland Drive

BELFAST

BT6 9DW

Email

craig@nienvironmentlink.org

Telephone

+44 02890455770

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £975,415

Total value of the contract/lot: £975,415


Section six. Complementary information

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

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..