Contract

ID 4763537 DfC- NMNI - Invertebrate Common Standards Monitoring of Areas of Special Scientific Interest

  • National Museums Northern Ireland

F03: Contract award notice

Notice identifier: 2023/S 000-030579

Procurement identifier (OCID): ocds-h6vhtk-03ddf2

Published 17 October 2023, 11:11am



Section one: Contracting authority

one.1) Name and addresses

National Museums Northern Ireland

153 Bangor Rd

BELFAST

BT18 0QE

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.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

ID 4763537 DfC- NMNI - Invertebrate Common Standards Monitoring of Areas of Special Scientific Interest

Reference number

4763537

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

The National Museums NI (NMNI) is seeking to establish a contract on behalf of the Department of Agriculture, Environment and Rural Affairs (DAERA) to provide entomological expertise to survey and report on invertebrate features across Northern Ireland’s Area of Special Scientific Interest (ASSI) network. The contract is expected to commence in January 2024 (with field survey work expected to commence in April 2024) and will run for an initial period of six years. There are two options to extend for any period up to, and including, twelve months each to allow for contingency.

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: £600,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90710000 - Environmental management
  • 90711000 - Environmental impact assessment other than for construction
  • 90711200 - Environmental standards other than for construction
  • 90711300 - Environmental indicators analysis other than for construction
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction
  • 90711500 - Environmental monitoring other than for construction
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90713000 - Environmental issues consultancy services
  • 90714000 - Environmental auditing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The National Museums NI (NMNI) is seeking to establish a contract on behalf of the Department of Agriculture, Environment and Rural Affairs (DAERA) to provide entomological expertise to survey and report on invertebrate features across Northern Ireland’s Area of Special Scientific Interest (ASSI) network. The contract is expected to commence in January 2024 (with field survey work expected to commence in April 2024) and will run for an initial period of six years. There are two options to extend for any period up to, and including, twelve months each to allow for contingency.

two.2.5) Award criteria

Quality criterion - Name: MR1 Compliance with Specification / Weighting: 0

Quality criterion - Name: AC1 Proposed Key Personnel Experience / Weighting: 29.4

Quality criterion - Name: AC2 Proposed Methodology / Weighting: 19.6

Quality criterion - Name: AC3 Proposed Contract and Risk Management / Weighting: 10.5

Quality criterion - Name: AC4 Social Value / Weighting: 10.5

Cost criterion - Name: AC5 Total Price / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

There are two options to extend for any period up to, and including, twelve 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 000-018711


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

16 October 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

ALLEN MELLON ENVIRONMENTAL LTD

21A Windsor Avenue

BELFAST

BT9 6EE

Email

clive@allenmellon.com

Telephone

+44 2890663153

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: £600,000

Total value of the contract/lot: £600,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

The successful Contractor’s performance 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 grounds for termination..... of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of...... Unsatisfactory Performance. 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 multiple Notices of Written Warning or Notices 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....

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. 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 complied with the Public Contracts Regulations 2015 and incorporated a..... standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers... That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the.. award decision before the contract was entered into..