Tender

DfC Lagan Weir Operational Services Contract 2024 – 2028

  • Department for Communities

F02: Contract notice

Notice identifier: 2024/S 000-027659

Procurement identifier (OCID): ocds-h6vhtk-049685

Published 29 August 2024, 4:47pm



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

Email

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.