Awarded contract

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

  • Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice reference: 2023/S 000-000498

Published 9 January 2023, 10:47am



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

Academy House 121a Broughshane Street

Ballymena

BT43 6HY

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.daera-ni.gov.uk/

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

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

Reference number

4174196

two.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

two.1.3) Type of contract

Services

two.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.

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: £742,900

two.2) Description

two.2.2) Additional CPV code(s)

  • 71620000 - Analysis services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
  • 72212320 - Drawing and imaging software development services
  • 72212321 - Computer-aided design (CAD) software development services
  • 72212326 - Mapping software development services
  • 72212328 - Image-processing software development services
  • 72212331 - Project management software development services
  • 72212440 - Financial analysis and accounting software development services
  • 72212441 - Financial analysis software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72224000 - Project management consultancy services
  • 72227000 - Software integration consultancy services
  • 72250000 - System and support services
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 73000000 - Research and development services and related consultancy services
  • 73200000 - Research and development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 60

Cost criterion - Name: Quantitative Criteria / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Client has the option to extend the contract by a further two periods of up to one year each.

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: 2022/S 000-029216


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

4 January 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

THE ICON GROUP LIMITED

123 Lower Baggot Street

Dublin

D02 YK29

Email

contact@icongeo.ie

Telephone

+353 014062568

Country

Ireland

NUTS code
  • IE - Ireland
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: £742,900

Total value of the contract/lot: £742,900


Section six. Complementary information

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.