Section one: Contracting authority
one.1) Name and addresses
DAERA
Inishkeen House
Enniskillen
BT74 3EJ
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.1) Name and addresses
Department of Agriculture Environment and Rural Affairs NI
Dundonald House
Belfast
BT4 3SB
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 involves 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
DAERA - Provision of Arboricultural Operation Services
Reference number
ID4375300
two.1.2) Main CPV code
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.1.3) Type of contract
Services
two.1.4) Short description
DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim
two.1.5) Estimated total value
Value excluding VAT: £4,100,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Fermanagh/ Tyrone
Lot No
1
two.2.2) Additional CPV code(s)
- 77100000 - Agricultural services
- 77200000 - Forestry services
- 77340000 - Tree pruning and hedge trimming
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Initial 2yr Framework period with options to extend for a further period of 2yrs
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Down/ Armagh
Lot No
2
two.2.2) Additional CPV code(s)
- 77100000 - Agricultural services
- 77200000 - Forestry services
- 77340000 - Tree pruning and hedge trimming
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
initial 2yr framework period with option to extend for a further 2 yrs
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Londonderry/Derry/Antrim
Lot No
3
two.2.2) Additional CPV code(s)
- 77100000 - Agricultural services
- 77200000 - Forestry services
- 77340000 - Tree pruning and hedge trimming
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
initial 2yr framework period with option to extend for a further 2 yrs
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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
26 January 2023
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: 26 April 2023
four.2.7) Conditions for opening of tenders
Date
26 January 2023
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 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.
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 Regulation
uk
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