Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Department of Agriculture, Environment and Rural Affairs DAERA
Klondyke Building, Cromac Avenue, Gasworks Business Park
Belfast
BT7 2JA
UK
Contact person: Natasha Johnston
E-mail: justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.daera-ni.gov.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
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
DAERA — Northern Ireland 3D Coastal Survey
Reference number: ID3078582
II.1.2) Main CPV code
71354100
II.1.3) Type of contract
Services
II.1.4) Short description
DAERA — Northern Ireland 3D coastal survey.
II.1.5) Estimated total value
Value excluding VAT:
560 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contract will be divided into four lots as set out. Tenderers do not have to bid for all lots, they can bid for any number. However if a tenderer is successful in winning lots one, two, three or all three of these lots they will not be considered for lot 4 — this is to keep maintain the independence of lot 4.
II.2) Description
Lot No: 1
II.2.1) Title
Topographic LiDAR Survey with Orthophotography for all of Northern Ireland Coastal Area
II.2.2) Additional CPV code(s)
71354200
71354500
71353000
71355200
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA — Northern Ireland 3D coastal survey.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 5
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:
One option to extend for a maximum date of 31 August 2021 for lots 1 to 3.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Satellite Derived Bathymetry to a Depth of Approximately 10 m for all of Northern Ireland
II.2.2) Additional CPV code(s)
71354200
71354500
71353000
71355200
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA — Northern Ireland 3D coastal survey.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 5
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:
One option to extend for a maximum date of 31 August 2021 for lots 1 to 3.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Bathymetric LiDAR of Pilot Area
II.2.2) Additional CPV code(s)
71354200
71354500
71353000
71355200
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA — Northern Ireland 3D coastal survey.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 5
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:
One option to extend for a maximum date of 31 August 2021 for lots 1 to 3.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Independent Quality Control
II.2.2) Additional CPV code(s)
71354200
71354500
71353000
71355200
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA — Northern Ireland 3D coastal survey.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 5
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:
One option to extend to 31 August 2021. As any extension to lot 1 to 3 will have an impact on lot 4, a second optional extension is available for lot 4 only, this will provide a further maximum 3 months to allow for the completion.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
- Accelerated procedure
Justification:
This is due to the urgent nature for the service to be set up given the short window of opportunity for flights to carry out imaging. The possibility to complete this part of the requirement is impacted by the requirement for good weather, tidal cycle level and also tree leaf off conditions. The aim of selecting this procedure is to ensure an award that will maximise flight times before winter when the flying conditions deteriorate.
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:
28/09/2020
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:
27/12/2020
IV.2.7) Conditions for opening of tenders
Date:
28/09/2020
Local time: 15:30
Information about authorised persons and opening procedure:
Only CPD procurement staff with access to the project on eTendersNI.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 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
09/09/2020