Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department of Agriculture Environment and Rural Affairs
Klondyke Building, 1 Cromac Avenue, Gasworks Business Park
BELFAST
BT7 2JA
UK
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.daera-ni.gov.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
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
ID 4480158 - DAERA - Round 4 Noise Mapping for Northern Ireland
Reference number: ID 4480158
II.1.2) Main CPV code
71313100
II.1.3) Type of contract
Services
II.1.4) Short description
The Air and Environmental Quality Unit (AEQ) of the Department of Agriculture, Environment and Rural Affairs (DAERA), wishes to appoint one Contractor for the provision of Round 4 Noise Mapping for each of the noise sources set out in END/ENR, including consolidated/agglomerations. CNOSSOS-EU:2020 will be used for Round 4 noise mapping which will use 2021 data. The objectives of the contract are to meet the requirements of END as transposed by the Environmental Noise Regulations (Northern Ireland) 2006. Full details of requirements are set out in the Specification document (ID 4480158 – Specification).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
350 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71600000
71620000
71621000
90000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Air and Environmental Quality Unit (AEQ) of the Department of Agriculture, Environment and Rural Affairs (DAERA), wishes to appoint one Contractor for the provision of Round 4 Noise Mapping for each of the noise sources set out in END/ENR, including consolidated/agglomerations. CNOSSOS-EU:2020 will be used for Round 4 noise mapping which will use 2021 data. The objectives of the contract are to meet the requirements of END as transposed by the Environmental Noise Regulations (Northern Ireland) 2006. Full details of requirements are set out in the Specification document (ID 4480158 – Specification).
II.2.5) Award criteria
Quality criterion: AC1 - Personnel Experience including use of CNOSSOS for Round 4 noise mapping
/ Weighting: 22.2
Quality criterion: AC2 - Proposed Methodology / Implementation Plan
/ Weighting: 15
Quality criterion: AC3 - Contract Management and Contingency
/ Weighting: 12.6
Quality criterion: AC4 - Social Value
/ Weighting: 10.2
Cost criterion: AC5 - Total Contract Cost
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
After the Initial Contract Period there are options to extend for three further periods of up to and including 12 Months each.
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 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:
2023/S 000-014818
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/08/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
NOISE CONSULTANTS LIMITED
23 Coldharbour Road
BRISTOL
BS6 7JT
UK
E-mail: contact@noiseconsultants.co.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 350 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The value of this contract is estimated between £225,000 and £350,000 overall. DAERA does not guarantee any level of business under this contract. The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in Construction and Procurement Delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.
VI.5) Date of dispatch of this notice
23/08/2023