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 4174196 - DAERA CMU - Control with Remote Sensing for Agricultural subsidies

  • First published: 18 October 2022
  • Last modified: 18 October 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03766f
Published by:
Department of Agriculture, Environment and Rural Affairs
Authority ID:
AA80496
Publication date:
18 October 2022
Deadline date:
17 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

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.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 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 4174196 - DAERA CMU - Control with Remote Sensing for Agricultural subsidies

Reference number: ID 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.1.5) Estimated total value

Value excluding VAT: 742 900.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 742 900.00  GBP

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

Duration in months: 12

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:

After the initial contract period, there are two options to extend the contract by 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.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/11/2022

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: 15/02/2023

IV.2.7) Conditions for opening of tenders

Date: 17/11/2022

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Contract Monitoring. Contract monitoring: the successful contractor’s performance on the contract will be 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 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

17/10/2022

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
72212321 Computer-aided design (CAD) software development services Programming services of application software
72212300 Document creation, drawing, imaging, scheduling and productivity software development services Programming services of application software
72212320 Drawing and imaging software development services Programming services of application software
72212440 Financial analysis and accounting software development services Programming services of application software
72212441 Financial analysis software development services Programming services of application software
72212328 Image-processing software development services Programming services of application software
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212326 Mapping software development services Programming services of application software
72212900 Miscellaneous software development services and computer systems Programming services of application software
72224000 Project management consultancy services Systems and technical consultancy services
72212331 Project management software development services Programming services of application software
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
72266000 Software consultancy services Software-related services
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72267000 Software maintenance and repair services Software-related services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72261000 Software support services Software-related services
72250000 System and support services Software programming and consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy 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.