Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Control with Remote Sensing 2017

  • First published: 13 February 2017
  • Last modified: 13 February 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-061750
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
13 February 2017
Deadline date:
16 March 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A 2 year contract with the option to extend for an additional 1 + 1 years is required to assist the Welsh Government to deliver Remote Sensing inspections in accordance with European and domestic legislation under the Common Agricultural Policy. The successful contractor will need to: Provide a service that is compliant to the EU Guidelines, by: - Analysing acquired 2017 satellite imagery for the zones identified for controls within Wales (in line with the client’s National addendum requirements), and - Interpreting the satellite imagery for the preparation of dossiers for individual cases within the zones (to assist the client in confirming if customers have accurately declared against field parcels on their holding/s on their 2017 Single Application Forms). Deliver and complete the service in sufficient time to allow the client to process applications and calculate accurate payments to customers by 1st December 2017. CPV: 38800000, 38800000, 72212514, 48514000, 79540000, 35631200, 48326100, 71354100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000628864

E-mail: CPSProcurementAdvice@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

Main address: http://wales.gov.uk/?skip=1&lang=en

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk/home.html


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

Control with Remote Sensing 2017

Reference number: C227/2016/2017

II.1.2) Main CPV code

38800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A 2 year contract with the option to extend for an additional 1 + 1 years is required to assist the Welsh Government to deliver Remote Sensing inspections in accordance with European and domestic legislation under the Common Agricultural Policy.

The successful contractor will need to:

Provide a service that is compliant to the EU Guidelines, by:

- Analysing acquired 2017 satellite imagery for the zones identified for controls within Wales (in line with the client’s National addendum requirements), and

- Interpreting the satellite imagery for the preparation of dossiers for individual cases within the zones (to assist the client in confirming if customers have accurately declared against field parcels on their holding/s on their 2017 Single Application Forms).

Deliver and complete the service in sufficient time to allow the client to process applications and calculate accurate payments to customers by 1st December 2017.

II.1.5) Estimated total value

Value excluding VAT: 640 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

38800000

72212514

48514000

79540000

35631200

48326100

71354100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

A 2 year contract with the option to extend for an additional 1 + 1 years is required to assist the Welsh Government to deliver Remote Sensing inspections in accordance with European and domestic legislation under the Common Agricultural Policy.

The successful contractor will need to:

Provide a service that is compliant to the EU Guidelines, by:

- Analysing acquired 2017 satellite imagery for the zones identified for controls within Wales (in line with the client’s National addendum requirements), and

- Interpreting the satellite imagery for the preparation of dossiers for individual cases within the zones (to assist the client in confirming if customers have accurately declared against field parcels on their holding/s on their 2017 Single Application Forms).

Deliver and complete the service in sufficient time to allow the client to process applications and calculate accurate payments to customers by 1st December 2017.

The contractor must follow the requirements and guidelines laid down in the EC guidance unless specified otherwise in the National Addendum.

The main exercise in Wales will involve carrying out controls of between 800 to 1,000 records of Single Application Form (SAF) applications for subsidy aid (hereafter referred to as ‘dossiers’), spread across 9 Remote Sensing Zones.

These will consist of an average of around 50 parcels per application and will need to be reviewed against satellite imagery to confirm the declaration and update LPIS in order to meet the on the spot checks requirements set out by the EC.

If the number of parcels per application is less than the expected average, the Client would expect the process and costs per dossier to be reviewed accordingly.

The client would expect that the identification of potential changes to the LPIS and differences with the declaration and the controls of remote sensing should be done via an automated process using an algorithm. The algorithm should check the available data from satellite and sentinel imagery and the data provided by the client (Aerial imagery, mastermap and LPIS / declaration data) in order to identify these changes. A sample of parcels where no change has been identified should be reviewed to confirm the algorithm is functioning correctly.

An additional exercise in Wales may also be required as part of the contract each year. This would involve examining parcels, which have not been part of that years Control regime.

The exercise should be carried out using the same principles as the main Remote Sensing process, in order to identify changes and provide updates for the LPIS where applicable by utilising one or more of the following:

Satellite / Sentinel Image,

Aerial Image,

Relevant mastermap data,

LPIS,

Declaration data supplied by the client.

It is estimated that there will be around 25,000 parcels which will require a change under this process in 2017.

If the final number of parcels is less than the anticipated, the Client would expect the process and costs to be reviewed accordingly.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 640 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

if requirement needed once this contract ends

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

As per advised in the specification and tender documents

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The initial contract term is 2 years, also option to extend for 1 plus 1 years. 640000 GBP includes the contract extension periods; the cost for the initial 2 years is max 320000 GBP. Optional elements may be required by the Client as included in the specification and tender documents. Should the optional elements be required an additional budget of maximum GBP 40000 per annum is available

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.2.2) Contract performance conditions

As per provided in the ITT and tender documents

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 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: 16/03/2017

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/03/2017

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

between 2 and 4 years if required again

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

E-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

How To Find The ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The e-tender references for this contract are: project_35374, itt_59749

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

The initial contract term is 2 years with an option to extend for 1 plus 1 years. 640000 GBP includes the contract extension periods; the value for the initial contract term is 320000 GBP. Optional elements may be required by the Client as included in the specification and tender documents. Should the optional elements be required an additional budget of maximum GBP 40000 per annum is available. All estimated cost figures are excluding VAT.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=61750

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

The approach to Community Benefits will be non-core.

(WA Ref:61750)

VI.4) Procedures for review

VI.4.1) Review body

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000628864

Internet address(es)

URL: http://wales.gov.uk/?skip=1&lang=en

VI.5) Date of dispatch of this notice

09/02/2017

Coding

Commodity categories

ID Title Parent category
71354100 Digital mapping services Map-making services
48326100 Digital mapping system Mapping software package
38800000 Industrial process control equipment and remote-control equipment Laboratory, optical and precision equipments (excl. glasses)
79540000 Interpretation services Office-support services
35631200 Observation satellites Military satellites
72212514 Remote access software development services Programming services of application software
48514000 Remote access software package Communication software package

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
13 February 2017
Deadline date:
16 March 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
05 May 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
CPSProcurementAdvice@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.