Contract

3626236 DAERA – AFBI – LiDAR DIGITAL TOPOGRAPHIC SCAN OF NORTHERN IRELAND

  • Agri-food Biosciences Institute

F03: Contract award notice

Notice identifier: 2022/S 000-000052

Procurement identifier (OCID): ocds-h6vhtk-02e869

Published 4 January 2022, 11:45am



Section one: Contracting authority

one.1) Name and addresses

Agri-food Biosciences Institute

18a Newforge Lane

BELFAST

BT9 5PX

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

3626236 DAERA – AFBI – LiDAR DIGITAL TOPOGRAPHIC SCAN OF NORTHERN IRELAND

Reference number

ID 3626236

two.1.2) Main CPV code

  • 71354100 - Digital mapping services

two.1.3) Type of contract

Services

two.1.4) Short description

The appointed Contractor will be responsible for acquiring, processing and delivering a LiDAR scan of the land area of Northern Ireland. The LiDAR data set must cover the entire land area of Northern Ireland and be provided at an absolute minimum resolution of 16 points per square metre under leaf-off conditions. It will be delivered formatted as digital terrain model, a digital surface model and fully classified LAS file format. The Contractor is responsible for carrying out the flight(s) needed to gather the LiDAR data using a helicopter or conventional fixed wing aircraft. Due the large scale of the areas to be covered, the use of drones will not be accepted.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £742,752

two.2) Description

two.2.2) Additional CPV code(s)

  • 71354200 - Aerial mapping services
  • 71222200 - Rural areas mapping services
  • 71222100 - Urban areas mapping services
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The appointed Contractor will be responsible for acquiring, processing and delivering a LiDAR scan of the land area of Northern Ireland. The LiDAR data set must cover the entire land area of Northern Ireland and be provided at an absolute minimum resolution of 16 points per square metre under leaf-off conditions. It will be delivered formatted as digital terrain model, a digital surface model and fully classified LAS file format. The Contractor is responsible for carrying out the flight(s) needed to gather the LiDAR data using a helicopter or conventional fixed wing aircraft. Due the large scale of the areas to be covered, the use of drones will not be accepted.

two.2.5) Award criteria

Quality criterion - Name: AC1 Proposed Methodology / Weighting: 24

Quality criterion - Name: AC2 Implementation and Resource Plan / Weighting: 12

Quality criterion - Name: AC3 Key Personnel Experience / Weighting: 9

Quality criterion - Name: AC4 Contract Manager Experience / Weighting: 9

Quality criterion - Name: AC5 Contract Management and Contingency / Weighting: 6

Cost criterion - Name: Total Contract Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period, there is one option to extend for 12 months. Provisional timetable for recourse to the options: 24 months from the award of the contract.

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-024828


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 December 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Terratec AS

Vækerøveien 3

Oslo

0281

Email

info@terratec.no

Telephone

+47 45466300

Country

Norway

NUTS code
  • NO - Norway
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £742,752

Total value of the contract/lot: £742,752


Section six. Complementary information

six.3) Additional information

The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated... The issue of a Certificate of Unsatisfactory Performance will 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 twelve months from the date of issue of the certificate..

six.4) Procedures for review

six.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

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended). and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was. communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful. tenderers to challenge the award decision before the contract was entered into.