Agricultural Business Support to CAFRE
The Department of Agriculture, Environment and Rural Affairs requires an external Contractor to support the College of Agriculture, Food and Rural Enterprise to deliver elements of its Knowledge Transfe.
United Kingdom-Antrim: Agricultural, forestry, horticultural, aquacultural and apicultural services
2016/S 135-242599
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Greenmount Campus, 45 Tirgracy Road
Antrim
BT41 4PS
United Kingdom
Contact person: Paul Clements
E-mail: paul.clements@finance-ni.gov.uk
NUTS code: UK
Internet address(es):Main address: https://www.daera-ni.gov.uk
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DAERA — Agricultural Business Support to CAFRE.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an external Contractor to support the College of Agriculture, Food and Rural Enterprise (CAFRE) to deliver elements of its Knowledge Transfer through the Business Development Groups (BDG) programme (hereafter referred to as the Programme). The Contract is for an initial period of two (2) years. There are four (4) optional extension periods of 2 years, 1 year, 1 year and 1 year respectively to provide support to the BDG programme only. The contract will be awarded to 1 Contractor, who will be required to provide a range of support services to the Programme on behalf of CAFRE and must be able to demonstrate in its submission its ability to carry out all the services detailed in this Tender document. CAFRE will manage this Programme through a delivery team under an appointed CAFRE Project Manager.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
N. Ireland.
II.2.4)Description of the procurement:
The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an external Contractor to support the College of Agriculture, Food and Rural Enterprise (CAFRE) to deliver elements of its Knowledge Transfer through the Business Development Groups (BDG) programme (hereafter referred to as the Programme). The Contract is for an initial period of two (2) years. There are four (4) optional extension periods of 2 years, 1 year, 1 year and 1 year respectively to provide support to the BDG programme only. The contract will be awarded to 1 Contractor, who will be required to provide a range of support services to the Programme on behalf of CAFRE and must be able to demonstrate in its submission its ability to carry out all the services detailed in this Tender document. CAFRE will manage this Programme through a delivery team under an appointed CAFRE Project Manager.
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
After the initial contract period, there are four (4) options to extend for periods of 2 years, 1 year, 1 year and 1 year respectively.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
As per Tender documentation.
As per Tender documentation.
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
Only CPD Procurement Staff with access to the project on eTendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Estimated Value: The figure indicated in II.1.5) represents the upper limit of an estimated contract value which ranges from 6 000 000 GBP to 12 600 000 GBP. This range reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future operational requirements. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid for this competition. In addition, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. Contract Monitoring: The successful contractor’s performance on the contract will be 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 for a period of 12 months from the date of issue of the certificate. 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; (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.
VI.4.1)Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures
United Kingdom
VI.4.3)Review procedure
CPD will comply with the Public Contracts Regulations 2015 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. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Related Posts
Growth Fund Evaluation and Learning Contract
Scottish Manufacturing Advisory Services Consultancy Framework
Sale of VCA’s Management Systems Certification Business