Opportunity

ID 4942881 - DAERA - ASD - Satellite Imagery Acquisition for Control with Remote Sensing

  • Department of Argiculture, Environment and Rural Affairs DAERA

F02: Contract notice

Notice reference: 2024/S 000-003771

Published 5 February 2024, 5:05pm



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

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.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.