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.

Contract Notice

ID 4480158 - DAERA - Round 4 Noise Mapping for Northern Ireland

  • First published: 25 May 2023
  • Last modified: 25 May 2023
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03cf1d
Published by:
Department of Agriculture Environment and Rural Affairs
Authority ID:
AA82195
Publication date:
25 May 2023
Deadline date:
26 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract notice

Section I: Contracting authority

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://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.3) Communication

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

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


Tenders or requests to participate must be sent to the abovementioned address


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.1.5) Estimated total value

Value excluding VAT: 225 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

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

Criteria below:

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.2.6) Estimated value

Value excluding VAT: 225 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Contract period shall commence on award (expected to be August 2023) and will run for a period of three years, with options to extend the contract for a further 3 periods of up to and including 12 months each (ie, 1+1+1 years).

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:

Options to extend the contract for a further 3 periods of up to and including 12 months each (ie, 1+1+1 years).

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.1.3) Technical and professional ability

List and brief description of selection criteria:

As per Tender documentation


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.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/06/2023

Local time: 15:00

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

EN

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

Tender must be valid until: 24/09/2023

IV.2.7) Conditions for opening of tenders

Date: 26/06/2023

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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. The Authority expressly reserves the rights:. (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages. In no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives.

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 will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

24/05/2023

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
71313100 Noise-control consultancy services Environmental engineering consultancy services
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
71621000 Technical analysis or consultancy services Analysis services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
ssdadmin.cpd@finance-ni.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.