Joint Nature Conservation Committee : National Plant Monitoring Scheme

  Joint Nature Conservation Committee has published this notice through Delta eSourcing

Notice Summary
Title: National Plant Monitoring Scheme
Notice type: Contract Notice
Authority: Joint Nature Conservation Committee
Nature of contract: Services
Procedure: Open
Short Description: The National Plant Monitoring Project would, initially run for 3 years and would provide information on the change in quality of the UK’s semi-natural habitats by measuring the change in abundance of target plant species. The majority of target species will be positive indicator species characteristic of that habitat with some negative indicator species per habitat and additional attributes such as management and sward height to assist with understanding why the quality might be changing.
Published: 01/07/2014 15:50

View Full Notice

UK-Peterborough: Environmental services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      JNCC Support Co.
      Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
      Tel. +44 1733866894, Fax. +44 1733555948, Email: dora.iantosca@jncc.gov.uk, URL: http://jncc.defra.gov.uk
      Contact: Dora Iantosca
      Electronic Access URL: http://jncc.defra.gov.uk/page-6755

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Environment

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: National Plant Monitoring Scheme
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Environmental services. The National Plant Monitoring Project would, initially run for 3 years and would provide information on the change in quality of the UK’s semi-natural habitats by measuring the change in abundance of target plant species. The majority of target species will be positive indicator species characteristic of that habitat with some negative indicator species per habitat and additional attributes such as management and sward height to assist with understanding why the quality might be changing.
         
      II.1.6)Common Procurement Vocabulary:
         90700000 - Environmental services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 300,000 and 400,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Fees and costs will paid quarterly in arrears in sterling on production of an itemised invoice that should be received by the contracting body no later than 14 working days after the end of the quarter to which they relate. The contracting body undertakes to pay within 30 days of receipt of invoice.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: C14-0263-0847      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/08/2014
         Time: 16:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 18/08/2014
         Time: 09:30
         Place:
         Peterborough


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=104092739
GO-201471-PRO-5780137 TKR-201471-PRO-5780136
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      JNCC Support Co.
      Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
      Tel. +44 1733866894

      Body responsible for mediation procedures:
               JNCC Support Co.
         Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
         Tel. +44 1733562626

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Joint Nature Conservation Committee
      Monkstone House, Peterborough, PE1 1JY, United Kingdom
      Tel. +44 1733562626

   VI.5) Date Of Dispatch Of This Notice: 01/07/2014

ANNEX A

View any Notice Addenda

National Plant Monitoring Scheme

UK-Peterborough: Environmental services.

Section I: Contracting Authority
   Title: UK-Peterborough: Environmental services.
   I.1)Name, Addresses And Contact Point(s)
      JNCC Support Co.
      Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
      Tel. +44 1733866894, Fax. +44 1733555948, Email: dora.iantosca@jncc.gov.uk, URL: http://jncc.defra.gov.uk
      Contact: Dora Iantosca
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: National Plant Monitoring Scheme
      II.1.2)Short description of the contract or purchase:
      Environmental services. The National Plant Monitoring Project would, initially run for 3 years and would provide information on the change in quality of the UK’s semi-natural habitats by measuring the change in abundance of target plant species. The majority of target species will be positive indicator species characteristic of that habitat with some negative indicator species per habitat and additional attributes such as management and sward height to assist with understanding why the quality might be changing.
      
      II.1.3)Common procurement vocabulary:
      90700000 - Environmental services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: C14-0263-0847      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 138052
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 01/07/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: Date for return of tenders            
            Instead of: 15/08/2014 Time: 16:00
            Read: 18/08/2014 Time: 16:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=108417439
GO-201485-PRO-5897075 TKR-201485-PRO-5897074

      VI.5)Date of dispatch: 05/08/2014

View Award Notice

UK-Peterborough: Environmental services.

Section I: Contracting Authority
   Title: UK-Peterborough: Environmental services.
   I.1)Name, Addresses and Contact Point(s):
      JNCC Support Co.
      Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
      Tel. +44 1733866894, Fax. +44 1733555948, Email: dora.iantosca@jncc.gov.uk, URL: http://jncc.defra.gov.uk
      Contact: Dora Iantosca
      Electronic Access URL: http://jncc.defra.gov.uk/page-6755

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: National Plant Monitoring Scheme      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Environmental services. The National Plant Monitoring Project would, initially run for 3 years and would provide information on the change in quality of the UK’s semi-natural habitats by measuring the change in abundance of target plant species. The majority of target species will be positive indicator species characteristic of that habitat with some negative indicator species per habitat and additional attributes such as management and sward height to assist with understanding why the quality might be changing.
      II.1.5)Common procurement vocabulary:
         90700000 - Environmental services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality of Proposal including clarity of proposal (particularly work plan and deliverables); Probability of success; quality and range of outputs; realism and measurability of milestones; identification and proposed solutions to potential problems - 40
         Details of contractor including expertise, experience and balance of team; proposed solutions to risks if important team members drop out; adequacy of proposals to engage with stakeholders - 30
         Cost including transparency and correctness of presentation; fairness/reasonableness for the level of work and expertise required including appropriateness of ratio of senior to junior staff time;ability to co-fund or attract funding or provide in-kind contribution including existing and potential volunteer base. - 30
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: C14-0263-0847         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: C14-0263-0847

      V.1)Date Of Contract Award: 04/12/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: 1       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Natural Environment Research Council as represented by the Centre for Ecology and Hydrology
         Postal address: Polaris House, North Star Avenue
         Town: Swindon
         Postal code: SN2 1EU
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 418,597
            Currency: GBP
         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         Value excluding VAT: 286,794
         Currency: GBP

   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Not Provided
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=127584205
GO-2015127-PRO-6320538 TKR-2015127-PRO-6320537   
   VI.3.1)Body responsible for appeal procedures:
      JNCC Support Co.
      Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
      Tel. +44 1733866894

      Body responsible for mediation procedures:
         JNCC Support Co.
         Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
         Tel. +44 1733562626
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Joint Nature Conservation Committee
      Monkstone House, Peterborough, PE1 1JY, United Kingdom
      Tel. +44 1733562626
   
   VI.4)Date Of Dispatch Of This Notice: 27/01/2015