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

DAERA - The Carbon Footprinting Project

  • First published: 23 May 2024
  • Last modified: 23 May 2024
  • 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-0469ce
Published by:
Department of Agriculture Environment and Rural Affairs
Authority ID:
AA82195
Publication date:
23 May 2024
Deadline date:
20 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

DAERA require a Supplier to provide the administration, delivery, support and maintenance of a Carbon Footprinting Project farm carbon calculator which will provide farm businesses with their farm carbon footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years (2024/25 – 2027/28).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

Clare House 303 Airport Road

Belfast

BT39ED

UK

Contact person: Northern Ireland Civil Service

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.2) Joint procurement

The contract is awarded by a central purchasing body

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

DAERA - The Carbon Footprinting Project

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

DAERA require a Supplier to provide the administration, delivery, support and maintenance of a Carbon Footprinting Project farm carbon calculator which will provide farm businesses with their farm carbon footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years (2024/25 – 2027/28).

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

77000000

72000000

72300000

73000000

73100000

73200000

73300000

48000000

48218000

48100000

48430000

48781000

77100000

77110000

16000000

34000000

II.2.3) Place of performance

NUTS code:

UKN

UKN0


Main site or place of performance:

Northern Ireland

II.2.4) Description of the procurement

DAERA require a Supplier to provide the administration, delivery, support and maintenance of a Carbon Footprinting Project farm carbon calculator which will provide farm businesses with their farm carbon footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years (2024/25 – 2027/28).

II.2.5) Award criteria

Criteria below:

Quality criterion: AC1 Proposed Methodology and Implementation Plan / Weighting: 21

Quality criterion: AC2 Proposed Team Experience / Weighting: 14

Quality criterion: AC3 Contract Management/business continuity / Weighting: 14

Quality criterion: AC4 Governance Structures / Weighting: 10.5

Quality criterion: AC5 Social Value / Weighting: 10.5

Cost criterion: AC6 Total Contract Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: No

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:

Optional extension periods of 12 months plus 12 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

Date: 20/06/2024

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: 18/09/2024

IV.2.7) Conditions for opening of tenders

Date: 20/06/2024

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. . Insert appropriate reservations of rights and disclaimers of liability here consider - e.g. "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 and in no circumstances will the Authority be liable for any costs incurred by candidates.".

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.5) Date of dispatch of this notice

22/05/2024

Coding

Commodity categories

ID Title Parent category
16000000 Agricultural machinery Technology and Equipment
77100000 Agricultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
72300000 Data services IT services: consulting, software development, Internet and support
73300000 Design and execution of research and development Research and development services and related consultancy services
48100000 Industry specific software package Software package and information systems
48430000 Inventory management software package Business transaction and personal business software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48218000 License management software package Networking software package
73200000 Research and development consultancy services Research and development services and related consultancy services
73000000 Research and development services and related consultancy services Research and Development
73100000 Research and experimental development services Research and development services and related consultancy services
77110000 Services incidental to agricultural production Agricultural services
48000000 Software package and information systems Computer and Related Services
48781000 System management software package System, storage and content management software package
34000000 Transport equipment and auxiliary products to transportation Transport and Related 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.