Section one: Contracting authority
one.1) Name and addresses
DAERA-FOREST SERVICE
Inishkeen House
Enniskillen
BT74 3EJ
ssdadmin.cpd@finance-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.1) Name and addresses
Department of Agriculture Environment and Rural Affairs
Dundonald House
Belfast
BT4 3SB
ssdadmin.cpd@finance-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 involves joint procurement
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 - Forest Service - Supply and delivery of Urea Solution
Reference number
ID4817677
two.1.2) Main CPV code
- 24000000 - Chemical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Department of Agriculture Environment and Rural Affairs (DAERA) Forest Service Forest Service has timber harvesting sites where there is a risk of infection of Heterobasidion annosum, Forest Service has a policy of selective treatment of stumps with urea solution. The application of liquid urea is completed as part of the mechanised harvesting operation, with urea tanks fitted on all harvesting machines. DAERA/Forest Service wishes to establish a Framework Agreement of 3 highest ranked suppliers to supply and deliver Urea solution across the Forest service Estate
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: £140,000
two.2) Description
two.2.2) Additional CPV code(s)
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 03440000 - Forestry products
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Department of Agriculture Environment and Rural Affairs (DAERA) Forest Service Forest Service has timber harvesting sites where there is a risk of infection of Heterobasidion annosum, Forest Service has a policy of selective treatment of stumps with urea solution. The application of liquid urea is completed as part of the mechanised harvesting operation, with urea tanks fitted on all harvesting machines. DAERA/Forest Service wishes to establish a Framework Agreement of 3 highest ranked suppliers to supply and deliver Urea solution across the Forest service Estate
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 15
Cost criterion - Name: Price / Weighting: 85
two.2.11) Information about options
Options: Yes
Description of options
The Framework is for initial 2 year period with an option to extend for a further 2 years
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 000-022191
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
19 October 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
A. I. D. CHEMICALS LIMITED
Linkardstown
CARLOW
R93 KT21
Telephone
+44 0599146103
Country
Ireland
NUTS code
- IE - Ireland
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: £140,000
Total value of the contract/lot: £140,000
Section six. Complementary information
six.3) Additional information
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 your performance does not improve to satisfactory levels within the specified period, this can be.. considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract In lieu of termination,.. CPD may issue a Notice.of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written.. Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015. (as. amended) be.. excluded from future public procurement competitions for a period of up to three years. The figure stated in V.2.4 is a. maximum that. can. be spent through the framework over the full term and does not give any guarantee of any level of business that may. be awarded. under. the agreement
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
UK
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) 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.