
Market Leads & Opportunities
United Kingdom-Derry: Equal opportunities consultancy services
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 111-224250/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Derry City & Strabane District Council
98 Strand Road
Derry
Postal code: BT48 7NN
United Kingdom
For the attention of: John Kelpie
Phone: +44 2871253253
Email: tenders@derrystrabane.com
Internet Address(es):
General address of the contracting authority: www.derrystrabane.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
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/entity:
PEACE IV ‘Interface Investment Programme’ T BUS17-053 Fountain/Bishop Street Interface Area.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Nuts code: UKN05
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
This tender is for project activity 4.3 ‘Interface Investment Programme’.
This project is part of the ‘Shared Spaces and Services’ workplan for the council’s PEACE IV programme. There is a fixed budget (ex VAT) as already indicated. For information, the amount for this tender has been agreed by the Peace IV Board and associated steering groups based on the amount of other funding in this area within council’s own peace plan (in particular in relation to the Waterside Shared Village Intervention) and knowledge of the wider reconciliation / good relations funding context in each area (including IFI Peace Walls Programme, Urban Villages and DOJ interfaces monies managed by council).
The PEACE IV Interface investment programme will focus on areas of work which complement and do not duplicate other areas of existing funding. Specifically the programme will focus on:
— Sustained cross community contact in all proposed programmes. I.e. Cross-community programmes engaging residents from both sides of the interface in question which ensure regular meaningful and purposeful contact of 6 months/26 weeks or more and absolute minimum contact time of 30 hours. The bulk of suggested activities in any tender bid should have significantly more than this minimum contact time and weekly contact is recommended. Programmes should aim to ‘normalise’ contact on shared interests and create cross-community friendships. Programmes can choose to focus on a range of ages and identities as relevant to the needs of the area e.g. Children, youth, women, men, families, older people. Methodologies are at the discretion of the tenderer but may include for example courses, site visits, dialogues, community events, sport, culture, music or anything evidenced as appropriate to meet the required outputs. Single-identity work is not eligible in this intervention.
— Issues and physical manifestations around transforming contested space into shared space eg. Flags, emblems, graffiti, parades, kerbs, walls, sectarian murals, and any permanent physical manifestations of territorial marking ideally as focused programmes or as significant elements built in to all programmes. Minor physical works specifically relevant to this can be included as part of a sustained programme agreed with residents.
— Peace and reconciliation focused attitudinal programmes ie. Programmes of interest to local residents which allow participants to explore issues and develop a better understanding of and respect for sensitive historical, cultural, political and religious diversity, racism and sectarianism. These will ideally be focused programmes or as significant elements built into all programmes.
— Dialogue focused programmes around making their communities and services and buildings within interface communities more shared and accessible to all. This could also include finding solutions to perceptions or realities of such buildings, services or public spaces not currently being accessible to all and using different spaces as part of the proposed programme.
— Project steering group: All programmes must involve community engagement/planning based on existing or new evidence of need and interest from locally based groups and residents. They must also demonstrate lack of duplication with and complementarity/additionality to existing DOJ, DCSD, Urban Villages and IFI funding as relevant to each specific interface area. It is strongly recommended that a specific project steering group is established which enables all relevant and interested groups in the immediate interface area the opportunity to participate strategically. This may be as a defined part of an existing structure if a fully inclusive mechanism already exists or it may be a new grouping.
— Programme Delivery: No Programme activity can be delivered in any school during school hours. It may however be delivered after school hours as part of the schools extra-curricular activities.
II.1.6) Common procurement vocabulary (CPV): 98200000, 79411000, 75112000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The 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:
This tender is for project activity 4.3 ‘Interface Investment Programme’.
This project is part of the ‘Shared Spaces and Services’ workplan for the council’s PEACE IV programme. There is a fixed budget (ex VAT) as already indicated. For information, the amount for this tender has been agreed by the Peace IV Board and associated steering groups based on the amount of other funding in this area within council’s own peace plan (in particular in relation to the Waterside Shared Village Intervention) and knowledge of the wider reconciliation / good relations funding context in each area (including IFI Peace Walls Programme, Urban Villages and DOJ interfaces monies managed by council).
The PEACE IV Interface investment programme will focus on areas of work which complement and do not duplicate other areas of existing funding. Specifically the programme will focus on:
— Sustained cross community contact in all proposed programmes. I.e. Cross-community programmes engaging residents from both sides of the interface in question which ensure regular meaningful and purposeful contact of 6 months/26 weeks or more and absolute minimum contact time of 30 hours. The bulk of suggested activities in any tender bid should have significantly more than this minimum contact time and weekly contact is recommended. Programmes should aim to ‘normalise’ contact on shared interests and create cross-community friendships. Programmes can choose to focus on a range of ages and identities as relevant to the needs of the area e.g. Children, youth, women, men, families, older people. Methodologies are at the discretion of the tenderer but may include for example courses, site visits, dialogues, community events, sport, culture, music or anything evidenced as appropriate to meet the required outputs. Single-identity work is not eligible in this intervention.
— Issues and physical manifestations around transforming contested space into shared space eg. Flags, emblems, graffiti, parades, kerbs, walls, sectarian murals, and any permanent physical manifestations of territorial marking ideally as focused programmes or as significant elements built in to all programmes. Minor physical works specifically relevant to this can be included as part of a sustained programme agreed with residents.
— Peace and reconciliation focused attitudinal programmes ie. Programmes of interest to local residents which allow participants to explore issues and develop a better understanding of and respect for sensitive historical, cultural, political and religious diversity, racism and sectarianism. These will ideally be focused programmes or as significant elements built into all programmes.
— Dialogue focused programmes around making their communities and services and buildings within interface communities more shared and accessible to all. This could also include finding solutions to perceptions or realities of such buildings, services or public spaces not currently being accessible to all and using different spaces as part of the proposed programme.
— Project steering group: All programmes must involve community engagement/planning based on existing or new evidence of need and interest from locally based groups and residents. They must also demonstrate lack of duplication with and complementarity/additionality to existing DOJ, DCSD, Urban Villages and IFI funding as relevant to each specific interface area. It is strongly recommended that a specific project steering group is established which enables all relevant and interested groups in the immediate interface area the opportunity to participate strategically. This may be as a defined part of an existing structure if a fully inclusive mechanism already exists or it may be a new grouping.
— Programme Delivery: No Programme activity can be delivered in any school during school hours. It may however be delivered after school hours as part of the schools extra-curricular activities.
All programme activities will be required to take an OBA (Outcomes Based Accountability) approach to ensure they are positively influencing attitudes towards and knowledge of diversity as well as sustaining cross-community cross-interface contact and building cohesiveness across the interface.
In terms of measured direct impact on participants, the work must be effective in improving participants understanding of their own and other’s heritage and culture; improve tolerance, respect and celebration of cultural diversity; improve attitudes towards cross-community and cross-border activities; improve levels of trust; decrease prejudice; and improve capacity and confidence of participants in addressing sectarianism and racism and positively influencing wider attitudes within their community and educational context. It should also increase their sense of belonging and involvement in civic life and local community.
The indirect benefit will be that attitudes on divisive issues and perceptions of shared space within the wider community at the interface area are positively impacted.
Broader Policy Context.
Tenderers should be aware of the wider policy context around the IFI Peace Walls Programme; Department of Justice targets and funding; The Executive Office District Council’s Good Relations Programme and the Urban Villages programmes — all of which have an impact on the ground in the designated interface area within Derry City and Strabane District Council area.
Budget.
The budget for the programme has a maximum price (ex VAT) of 80 000 GBP.
II.2.2) Information about options:
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: 42 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
The Contracting Authority reserves the right to require bonds, deposits, guarantees or other appropriate forms of undertaking or security to secure proper performance of the contract.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be set out in the invitation to tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form upon contract award.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Applicant must comply with all applicable fair employment, equality of treatment and anti-discrimination legislation as a condition to the performance of the contract. The contract will be subject to conditions so that the Contracting Authority and the Constituent Councils can comply with their statutory duty to have due regard to the need to promote equality of opportunity as set out in Section 75 of the Northern Ireland Act 1998 and Schedule 9 of the Act and with their statutory duty to contribute to the achievement of sustainable development as set out in Section 25 of the Northern Ireland (Miscellaneous Provisions) Act 2006.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: In accordance with Public Contracts Regulations 2015 and as set out in the Invitation to Tender available from the address specified.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: In accordance with Public Contracts Regulations 2015 and as set out in the Invitation to Tender available from the address specified.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: In accordance with Public Contracts Regulations 2015 and as set out in the Invitation to Tender available from the address specified.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
Peace IV ‘Interface Investment Programme’ T BUS17-053 Fountain/Bishop Street Interface Area
IV.3.2) Previous publication(s) concerning the same contract:
Notice number in the OJEU:2017/S 030-054991of11.02.2017
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:20.07.2017
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
21.07.2017 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Date: 21.07.2017
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: Elected members of Derry City & Strabane District Council only.
Section VI: Complementary information
VI.1) Information about recurrence:
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: Yes
VI.3) Additional information
This authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full 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. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
The High Courts of Justice of Northern Ireland
The Royal Courts of Justice, Chichester Street
Belfast
Postal code: BT1 3JF
United Kingdom
Body responsible for mediation procedures:
The High Courts of Justice of Northern Ireland
The Royal Courts of Justice, Chichester Street
Belfast
Postal code: BT1 3JF
United Kingdom
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:In accordance with the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice:
09.06.2017
More Opportunties
- United Kingdom-Hull: Educational Furniture
10 Jul 25
Provide educational furniture to Hull College> > - United Kingdom-Hull: Educational Furniture
10 Jul 25
To provide furniture to Hull College> > - United Kingdom-Cardiff: PHW-FTS-59650 Supply of Return Envelopes for Bowel Screening Wales FIT Tests
10 Jul 25
Public Health Wales are exploring the market to scope requirement and review indicative pricing for return envelopes for use within Bowel Screening Wales. They are progressing an expression of interest exercise and through this notice Public Health Wales> >