Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Communities
: Causeway Exchange, 1-7 Bedford Street Belfast
BELFAST
BT2 7EG
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfC Lagan Weir Operational Services Contract 2024 – 2028
Reference number: 5524652
II.1.2) Main CPV code
79620000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
976 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90000000
90700000
90900000
90500000
34996200
37412000
50000000
50200000
50240000
50241000
50241100
50241200
50246300
50246400
50246000
50246100
II.2.3) Place of performance
NUTS code:
UKN
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
976 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Three optional one year extensions.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/10/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/01/2025
IV.2.7) Conditions for opening of tenders
Date:
03/10/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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
VI.4) Procedures for review
VI.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
UK
VI.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.
VI.5) Date of dispatch of this notice
29/08/2024