Contract notice

Information

Published

Date of dispatch of this notice: 25/04/2023

Expire date: 01/06/2023

External Reference: 2023-206418

TED Reference: 2023/S 084-252438

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Agriculture, Food and the Marine
N/A
Johnstown Castle Estate
Wexford
Y35 PN52
IE
Contact person: Dympna Furlong
Telephone: +353 539170390
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=240873&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Evaluation and scoring of ACRES General Commonage (outside of the ACRES Co-operation Project areas) as part of Ireland’s CAP Strategic Plan
Reference number:  RFT 239522
II.1.2)

Main CPV code

77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Agri-Climate Rural Environment Scheme (‘ACRES’) is administered by the Department of Agriculture, Food and the Marine (DAFM), as part of Ireland’s CAP Strategic Plan (CSP).
There are two approaches within ACRES namely:
• ACRES General, available nationally (outside of the high priority geographical area as defined for the ACRES Co-operation approach),
and
• ACRES Co-operation, available to farmers in defined high priority geographical areas (ACRES Co-operation ‘CP’ areas).
Commonage is a mandatory action in ACRES which means that all commonage lands declared by the ACRES applicant in their BPS/BISS in the specified year, whether owned, leased or rented had to must be included in ACRES.
The purpose of this Request for Tender is to procure the services of a team of qualified personnel for the qualitative evaluation and results-based scoring of commonage parcels in ACRES that fall outside of the defined ACRES Co-operation geographical areas under ACRES.
II.1.5)

Estimated total value

Value excluding VAT: 1600000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Donegal
Lot No:  1
II.2.2)

Additional CPV code(s)

77100000  -  Agricultural services
90700000  -  Environmental services
90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Donegal
II.2.4)

Description of the procurement

The Agri-Climate Rural Environment Scheme (‘ACRES’) is administered by the Department of Agriculture, Food and the Marine (DAFM), as part of Ireland’s CAP Strategic Plan (CSP).
There are two approaches within ACRES namely:
• ACRES General, available nationally (outside of the high priority geographical area as defined for the ACRES Co-operation approach),
and
• ACRES Co-operation, available to farmers in defined high priority geographical areas (ACRES Co-operation ‘CP’ areas).
Commonage is a mandatory action in ACRES which means that all commonage lands declared by the ACRES applicant in their BPS/BISS in the specified year, whether owned, leased or rented must be included in ACRES.
The purpose of this Request for Tender is to procure the services of a team of qualified personnel for the qualitative evaluation and results-based scoring of commonage parcels in ACRES that fall outside of the defined ACRES Co-operation geographical areas.
The commonage area for evaluation and assessment has been divided into four separate areas or ‘regions’ for tender, based on geographical location. Each region will operate as a standalone lot. A tender may be submitted by an individual, an individual entity or by a consortium comprising of a number of entities. A tenderer may tender for one or more lots.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:  
Two possible renewals of up to 12 months each.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: CAP Strategic Plan Technical Assistance budget which is co-funded by the European Fund for Agriculture and Rural Development.
II.2)

Description

II.2.1)

Title

Lot 2 - Midwest, East South East, North Connacht/Ulster
Lot No:  2
II.2.2)

Additional CPV code(s)

77100000  -  Agricultural services
90700000  -  Environmental services
90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Midwest, East South East, North Connacht/Ulster
II.2.4)

Description of the procurement

The Agri-Climate Rural Environment Scheme (‘ACRES’) is administered by the Department of Agriculture, Food and the Marine (DAFM), as part of Ireland’s CAP Strategic Plan (CSP).
There are two approaches within ACRES namely:
• ACRES General, available nationally (outside of the high priority geographical area as defined for the ACRES Co-operation approach),
and
• ACRES Co-operation, available to farmers in defined high priority geographical areas (ACRES Co-operation ‘CP’ areas).
Commonage is a mandatory action in ACRES which means that all commonage lands declared by the ACRES applicant in their BPS/BISS in the specified year, whether owned, leased or rented must be included in ACRES.
The purpose of this Request for Tender is to procure the services of a team of qualified personnel for the qualitative evaluation and results-based scoring of commonage parcels in ACRES that fall outside of the defined ACRES Co-operation geographical areas.
The commonage area for evaluation and assessment has been divided into four separate areas or ‘regions’ for tender, based on geographical location. Each region will operate as a standalone lot. A tender may be submitted by an individual, an individual entity or by a consortium comprising of a number of entities. A tenderer may tender for one or more lots.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:  
Two possible renewals of up to 12 months each.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: CAP Strategic Plan Technical Assistance budget which is co-funded by the European Fund for Agriculture and Rural Development.
II.2)

Description

II.2.1)

Title

Lot 3 - West Connacht
Lot No:  3
II.2.2)

Additional CPV code(s)

77100000  -  Agricultural services
90700000  -  Environmental services
90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Agri-Climate Rural Environment Scheme (‘ACRES’) is administered by the Department of Agriculture, Food and the Marine (DAFM), as part of Ireland’s CAP Strategic Plan (CSP).
There are two approaches within ACRES namely:
• ACRES General, available nationally (outside of the high priority geographical area as defined for the ACRES Co-operation approach),
and
• ACRES Co-operation, available to farmers in defined high priority geographical areas (ACRES Co-operation ‘CP’ areas).
Commonage is a mandatory action in ACRES which means that all commonage lands declared by the ACRES applicant in their BPS/BISS in the specified year, whether owned, leased or rented must be included in ACRES.
The purpose of this Request for Tender is to procure the services of a team of qualified personnel for the qualitative evaluation and results-based scoring of commonage parcels in ACRES that fall outside of the defined ACRES Co-operation geographical areas.
The commonage area for evaluation and assessment has been divided into four separate areas or ‘regions’ for tender, based on geographical location. Each region will operate as a standalone lot. A tender may be submitted by an individual, an individual entity or by a consortium comprising of a number of entities. A tenderer may tender for one or more lots.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:  
Two possible renewals of up to 12 months each.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: CAP Strategic Plan Technical Assistance budget which is co-funded by the European Fund for Agriculture and Rural Development.
II.2)

Description

II.2.1)

Title

Lot 4 - Cork/Kerry
Lot No:  4
II.2.2)

Additional CPV code(s)

77100000  -  Agricultural services
90700000  -  Environmental services
90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Cork/Kerry
II.2.4)

Description of the procurement

The Agri-Climate Rural Environment Scheme (‘ACRES’) is administered by the Department of Agriculture, Food and the Marine (DAFM), as part of Ireland’s CAP Strategic Plan (CSP).
There are two approaches within ACRES namely:
• ACRES General, available nationally (outside of the high priority geographical area as defined for the ACRES Co-operation approach),
and
• ACRES Co-operation, available to farmers in defined high priority geographical areas (ACRES Co-operation ‘CP’ areas).
Commonage is a mandatory action in ACRES which means that all commonage lands declared by the ACRES applicant in their BPS/BISS in the specified year, whether owned, leased or rented must be included in ACRES.
The purpose of this Request for Tender is to procure the services of a team of qualified personnel for the qualitative evaluation and results-based scoring of commonage parcels in ACRES that fall outside of the defined ACRES Co-operation geographical areas.
The commonage area for evaluation and assessment has been divided into four separate areas or ‘regions’ for tender, based on geographical location. Each region will operate as a standalone lot. A tender may be submitted by an individual, an individual entity or by a consortium comprising of a number of entities. A tenderer may tender for one or more lots.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:  
Two possible renewals of up to 12 months each.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: CAP Strategic Plan Technical Assistance budget which is co-funded by the European Fund for Agriculture and Rural Development.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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:  01/06/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  01/06/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE