Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
Academy House 121a Broughshane Street
Ballymena
BT43 6HY
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://etendersni.gov.uk/epps
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 4174196 - DAERA CMU - Control with Remote Sensing for Agricultural subsidies
Reference number: 4174196
II.1.2) Main CPV code
71600000
II.1.3) Type of contract
Services
II.1.4) Short description
DAERA requires a Contractor to use remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility. DAERA has used Control with Remote Sensing (CwRS) as the primary control for area based schemes since 2012 and its processes are business as usual functions. The Contractor will be required to comply with these processes.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
742 900.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71620000
72000000
72200000
72212300
72212320
72212321
72212326
72212328
72212331
72212440
72212441
72212900
72220000
72224000
72227000
72250000
72261000
72262000
72263000
72266000
72267000
73000000
73200000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
DAERA requires a Contractor to use remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility. DAERA has used Control with Remote Sensing (CwRS) as the primary control for area based schemes since 2012 and its processes are business as usual functions. The Contractor will be required to comply with these processes.
II.2.5) Award criteria
Quality criterion: Qualitative Criteria
/ Weighting: 60
Cost criterion: Quantitative Criteria
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
The Client has the option to extend the contract by a further two periods of up to one year 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:
2022/S 000-029216
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
04/01/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
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
THE ICON GROUP LIMITED
123 Lower Baggot Street
Dublin
D02 YK29
IE
Telephone: +353 014062568
E-mail: contact@icongeo.ie
NUTS: IE
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:
: 742 900.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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
09/01/2023