Supply and Delivery of Nursery Plants to DAERA Forest Service
The current supply contract for planting stock is due to finish in October 2019 and DAERA Forest Service wishes to re-tender this requirement.
United Kingdom-Enniskillen: Agricultural, farming, fishing, forestry and related products
2019/S 126-307881
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Inishkeen House, Killyhevlin Industrial Estate
Enniskillen
BT74 4EJ
United Kingdom
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DAERA Forest Service — NI Supply and Delivery of Nursery Plants
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The current supply contract for planting stock is due to finish in October 2019 and DAERA Forest Service wishes to re-tender this requirement for the supply and delivery of approximately 2 000 000 nursery plants per year over the next 8 years. Historically demand for plants is greatest from February to April with an average weekly delivery pattern of approximately 100 000-140 000 plants. This project will allow forest service to plan for a more resilient forest environment taking account of the increasing risks posed by pests and disease as well as climate change.
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
II.2.4)Description of the procurement:
The current supply contract for planting stock is due to finish in October 2019 and DAERA Forest Service wishes to re-tender this requirement for the supply and delivery of approximately 2 000 000 nursery plants per year over the next 8 years. Historically demand for plants is greatest from February to April with an average weekly delivery pattern of approximately 100 000-140 000 plants. This project will allow forest service to plan for a more resilient forest environment taking account of the increasing risks posed by pests and disease as well as climate change.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
At the end of the final contract period.
II.2.10)Information about variants
II.2.11)Information about options
The initial contract period is for 24 months. After the initial contract period, the client may at any time before the completion of the contract period invite the contractor to extend for a further 3 options to extend for up to and including 24 months each commencing from the termination date of the previous contract period.
II.2.13)Information about European Union funds
II.2.14)Additional information
The pricing strategy applied is a commercial decision for economic operators when submitting a bid for this competition.
Section III: Legal, economic, financial and technical information
III.1.3)Technical and professional ability
Company experience.
III.2.2)Contract performance conditions:
See additional information at Section V.1.3).
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
3 months prior to end of final contract period.
VI.3)Additional information:
The successful contractor’s performance on this contract will be managed as per specification and regularly monitored. A contractor 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 written warning and notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and notice 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 up to 3 years from the date of issue of the notice.
VI.4.1)Review body
As above
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: