Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Llywodraeth Cymru / Welsh Government
TGCh Caffael Masnachol / Commercial Procurement ICT, Parc Cathays / Cathays Park
Caerdydd / Cardiff
CF10 3NQ
UK
Telephone: +44 3000257095
E-mail: ICTProcurement@gov.wales
NUTS: UKL
Internet address(es)
Main address: https://gov.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Satellite Imagery for Wales
Reference number: C190/2022/2023
II.1.2) Main CPV code
72300000
II.1.3) Type of contract
Services
II.1.4) Short description
The aim of the EO programme is to test and trial the use of satellite imagery and remote sensing techniques, in the design and implementation of the Rural Investment Schemes (RIS) and the Sustainable Farming Scheme (SFS), to assess the extent which the use of satellite imagery (specifically VHR/VHF) could be used effectively for:
- Control and Compliance
- Suitability and Risk Mapping
- Automated Change Alerts and the potential to generate payments or further action
- Evaluation of Policy Impact
The Client also aims to maximise the value of EO for the benefit of Wales, so includes wider priority policy areas, stakeholders and partners.
The Contract will be split into two separate requirements or ‘Lots’. Suppliers may bid for one or both Lots. The Client will award a contract for each Lot to the highest scoring bidder. The Client reserves the right to award each Lot separately and at different times.
The contract term will be for 2 years and shall have an option to extend for a further period of 12 months.
II.1.5) Estimated total value
Value excluding VAT:
2 850 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Access to Satellite Imagery and Data
II.2.2) Additional CPV code(s)
34712200
35631200
35720000
72313000
72300000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Client requires access, through a licence agreement with the Supplier, to high resolution (HR), very high resolution (VHR) and very high frequency (VHF) satellite imagery and products covering all of Wales. All of Wales means, the land area of Wales and islands up to 12 nautical miles offshore.
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:
2 100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 25
This contract is subject to renewal: Yes
Description of renewals:
An optional extension period of 12 months is available within the contract. The Estimated Value stated within II.2.6 includes costs for the extension period.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Analytical Services
II.2.2) Additional CPV code(s)
72316000
72300000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Client requires the provision of technical, analytical support and professional services to provide project management and technical delivery of the individual projects that form the Earth Observation Programme.
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:
850 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Optional extension of 12 months is available in the contract. Estimated Value within II.2.6 includes costs for the extension period.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-036344
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/02/2023
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/02/2023
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Bidders must then submit a response to the Qualification Envelope found within ITT_99891. Bidders must also complete each of the Lot specific ITT’s within etenderwales they wish to bid for. ie Lot 1: ITT_99892, Lot 2: ITT_99893. Bids can be submitted for one or both Lots.
For technical advice accessing eTenderWales please contact the eTendering Helpdesk info: Mon – Fri; 8am to 6pm Phone: 0800 069 8634
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=128034
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:
Education
- Engagement focused on primary and secondary schools to provide learning in relation to satellite imagery and the technology associated with Earth Observation. For example, how can this contract engage with the Eco-Schools community in Wales.
- Engagement supporting higher education colleges and tertiary institutions across Wales. For example, where are the opportunities for this contract to upskill students in their knowledge around Earth Observation and the associated technology around satellites and the types of evidence/imagery that is accessible.
Third-sector charitable organisations
- Engagement liaising with assisting environmental related charity status organisations. For example, to assist them obtain access satellite imagery to support the work they are delivering or any land that they are responsible for managing in Wales.
Local Community Groups
- Engagement with local community groups. For example, could this contract assist a selection of groups falling into this category.
Training and recruitment opportunities for:
- Education
- Third-sector charitable organisations
- Local Community Groups
Suppliers should consider opportunities for recruiting and training the above groups as part of the workforce delivering the Contract.
Other priority areas are:
- Promotion of Environmental Benefits
- Promotion of Social Businesses
- Contributions to Education- Numeracy, Literacy and STEM subjects (Science, Technology, Engineering and Maths subjects)
(WA Ref:128034)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
11/01/2023