Section one: Contracting authority
one.1) Name and addresses
Department for Communities
: Causeway Exchange, 1-7 Bedford Street Belfast
BELFAST
BT2 7EG
Contact
SSDAdmin.CPDfinance-ni.gov.uk
ssdadmin.cpd@finance-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 to the above-mentioned address
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 Lagan Weir Operational Services Contract 2024 – 2028
Reference number
5524652
two.1.2) Main CPV code
- 79620000 - Supply services of personnel including temporary staff
two.1.3) Type of contract
Services
two.1.4) Short description
The Department require a River Maintenance Team (“RMT”) to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.
two.1.5) Estimated total value
Value excluding VAT: £976,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90700000 - Environmental services
- 90900000 - Cleaning and sanitation services
- 90500000 - Refuse and waste related services
- 34996200 - Control, safety or signalling equipment for inland waterways
- 37412000 - Water-sports equipment
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50241000 - Repair and maintenance services of ships
- 50241100 - Vessel repair services
- 50241200 - Ferry repair services
- 50246300 - Repair and maintenance services of floating structures
- 50246400 - Repair and maintenance services of floating platforms
- 50246000 - Harbour equipment maintenance services
- 50246100 - Dry-docking services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department require a River Maintenance Team (“RMT”) to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.
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: £976,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Three optional one year extensions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Three optional one year extensions.
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.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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
3 October 2024
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: 31 January 2025
four.2.7) Conditions for opening of tenders
Date
3 October 2024
Local time
3:30pm
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.3) Additional information
The successful Contractor’s performance on this Contract will be managed as per the specification and 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 Notice of Unsatisfactory Performance and this Contract may be. terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website.. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for. a period of three years from the date of issue of the Notice. It may also 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
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations
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.