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