Awarded contract

DAERA - Forest Service - Supply and delivery of Urea Solution

  • DAERA-FOREST SERVICE
  • Department of Agriculture Environment and Rural Affairs

F03: Contract award notice

Notice reference: 2023/S 000-030861

Published 19 October 2023, 10:53am



Section one: Contracting authority

one.1) Name and addresses

DAERA-FOREST SERVICE

Inishkeen House

Enniskillen

BT74 3EJ

Email

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

Email

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

Email

dowlingchemicals@eircom.net

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.