Environmental Consultancy Services 2017
The Contract is for Environmental Engineering Consultancy Services to assist the Employer in the management of the River Lagan Impoundment.
United Kingdom-Belfast: Sewage, refuse, cleaning and environmental services
2017/S 187-383131
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Belfast Regeneration Directorate, Department for Communities, 4th Floor, Lighthouse Building, Gasworks Business Park
Belfast
BT7 2JB
United Kingdom
Contact person: Procurment Operations Branch
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.uk
NUTS code: UKNInternet address(es):Main address: https://etendersni.gov.uk/epps/home.doAddress of the buyer profile: https://www.finance-ni.gov.uk/contact
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DfC — Lagan Impoundment Environmental Consultancy Services 2017.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Contract is for Environmental Engineering Consultancy Services to assist the Employer in the management of the River Lagan Impoundment. The services shall include for specialist technical expertise and analysis over a range of environmental issues, with particular emphasis on Water Quality assessment. Services may include: Water quality monitoring Development of water quality management strategy Optimisation of weir operations Application of the 3D Mathematical Water Quality Modelling Advice on sedimentation and dredging Procurement and supervision of hydrographical surveys Advice on biodiversity and development Assessment of environmental impacts Liaison with government and other bodies Advice on other related environmental, public health and recreational issues Preparation of reports Risk Management Attendance at meetings The quantity of work will vary depending on the nature of the issues to be addressed.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Belfast.
II.2.4)Description of the procurement:
The Contract is for Environmental Engineering Consultancy Services to assist the Employer in the management of the River Lagan Impoundment. The services shall include for specialist technical expertise and analysis over a range of environmental issues, with particular emphasis on Water Quality assessment. Services may include: Water quality monitoring Development of water quality management strategy Optimisation of weir operations Application of the 3D Mathematical Water Quality Modelling Advice on sedimentation and dredging Procurement and supervision of hydrographical surveys Advice on biodiversity and development Assessment of environmental impacts Liaison with government and other bodies Advice on other related environmental, public health and recreational issues Preparation of reports Risk Management Attendance at meetings The quantity of work will vary depending on the nature of the issues to be addressed.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
The economic operators’ performance on this contract will be regularly monitored. If an economic operator fails to reach satisfactory levels of performance the economic operator may be issued with a Certificate of Unsatisfactory Performance. The issue of a Certificate of Unsatisfactory Performance will result in the economic operator being excluded from all procurement competitions being undertaken by Contracting Authorities on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate. A list of these bodies can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage;. (II). to make whatever changes it may see fit to the content and structure of the tendering competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at risk of the company participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives..
VI.4.1)Review body
Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.ukInternet address:https://www.finance-ni.gov.uk/contact
VI.4.2)Body responsible for mediation procedures
Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.ukInternet address:https://www.finance-ni.gov.uk/contact
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures: This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months ,where the court considers that there is a good reason for doing so).
VI.5)Date of dispatch of this notice:
Read More
Arboricultural Works Framework North and Mid Wales
Tree Works in the West Midlands
Topographical Surveys Contract Lincolnshire
Groundworks Framework Yorkshire (Non OJEU)
Peatland Restoration Tender Scotland