Section one: Contracting authority
one.1) Name and addresses
Department of Argiculture, Environment and Rural Affairs DAERA
C/O 303 Airport Road West
BELFAST
BT3 9ED
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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 4942881 - DAERA - ASD - Satellite Imagery Acquisition for Control with Remote Sensing
Reference number
ID 4942881
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an Imagery provider (The Supplier) for satellite imagery acquisition for use by an external CwRS Contractor in remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility including Areas deemed as Commons. 3. LPIS QA Exercises 4. Future Farm Support and Development Programme. The Supplier must provide Satellite Imagery during two periods in each year of the contract, from spring through to summer. The Contract must commence by April 2024 to allow for imagery acquisition windows. Please see document entitled ID 4942881 - Specification for for further information on the services required.
two.1.5) Estimated total value
Value excluding VAT: £480,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 35631200 - Observation satellites
- 72313000 - Data capture services
- 79961200 - Aerial photography services
- 73000000 - Research and development services and related consultancy services
- 73110000 - Research services
- 73200000 - Research and development consultancy services
- 73210000 - Research consultancy services
- 72212328 - Image-processing software development services
- 71700000 - Monitoring and control services
- 72212320 - Drawing and imaging software development services
- 72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
- 35631100 - Communication satellites
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an Imagery provider (The Supplier) for satellite imagery acquisition for use by an external CwRS Contractor in remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility including Areas deemed as Commons. 3. LPIS QA Exercises 4. Future Farm Support and Development Programme. The Supplier must provide Satellite Imagery during two periods in each year of the contract, from spring through to summer. The Contract must commence by April 2024 to allow for imagery acquisition windows. Please see document entitled ID 4942881 - Specification for for further information on the services required.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 70
Cost criterion - Name: Quantitative / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £480,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This Contract is for an initial period of 2 years with 2 further optional extension periods of up to
1 year each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Contract is for an initial period of 2 years with 2 further optional extension periods of up to
1 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.2.2) Time limit for receipt of tenders or requests to participate
Date
6 March 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 4 June 2024
four.2.7) Conditions for opening of tenders
Date
6 March 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: This contract will potentially be re-procured after the initial contract period and/or following any extensions.
six.3) Additional information
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.. . . 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.
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 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.