Tender

ID 4480158 - DAERA - Round 4 Noise Mapping for Northern Ireland

  • Department of Agriculture Environment and Rural Affairs

F02: Contract notice

Notice identifier: 2023/S 000-014818

Procurement identifier (OCID): ocds-h6vhtk-03cf1d

Published 24 May 2023, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

Klondyke Building, 1 Cromac Avenue, Gasworks Business Park

BELFAST

BT7 2JA

Email

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.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 electronically via

https://etendersni.gov.uk/epps

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 4480158 - DAERA - Round 4 Noise Mapping for Northern Ireland

Reference number

ID 4480158

two.1.2) Main CPV code

  • 71313100 - Noise-control consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Air and Environmental Quality Unit (AEQ) of the Department of Agriculture, Environment and Rural Affairs (DAERA), wishes to appoint one Contractor for the provision of Round 4 Noise Mapping for each of the noise sources set out in END/ENR, including consolidated/agglomerations. CNOSSOS-EU:2020 will be used for Round 4 noise mapping which will use 2021 data. The objectives of the contract are to meet the requirements of END as transposed by the Environmental Noise Regulations (Northern Ireland) 2006. Full details of requirements are set out in the Specification document (ID 4480158 – Specification).

two.1.5) Estimated total value

Value excluding VAT: £225,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services
  • 71620000 - Analysis services
  • 71621000 - Technical analysis or consultancy services
  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Air and Environmental Quality Unit (AEQ) of the Department of Agriculture, Environment and Rural Affairs (DAERA), wishes to appoint one Contractor for the provision of Round 4 Noise Mapping for each of the noise sources set out in END/ENR, including consolidated/agglomerations. CNOSSOS-EU:2020 will be used for Round 4 noise mapping which will use 2021 data. The objectives of the contract are to meet the requirements of END as transposed by the Environmental Noise Regulations (Northern Ireland) 2006. Full details of requirements are set out in the Specification document (ID 4480158 – Specification).

two.2.5) Award criteria

Quality criterion - Name: AC1 - Personnel Experience (including use of CNOSSOS for Round 4 noise mapping) / Weighting: 22.2

Quality criterion - Name: AC2 - Proposed Methodology / Implementation Plan / Weighting: 15

Quality criterion - Name: AC3 - Contract Management and Contingency / Weighting: 12.6

Quality criterion - Name: AC4 - Social Value / Weighting: 10.2

Cost criterion - Name: AC5 - Total Contract Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £225,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Contract period shall commence on award (expected to be August 2023) and will run for a period of three years, with options to extend the contract for a further 3 periods of up to and including 12 months each (ie, 1+1+1 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend the contract for a further 3 periods of up to and including 12 months each (ie, 1+1+1 years).

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per Tender documentation


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

26 June 2023

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: 24 September 2023

four.2.7) Conditions for opening of tenders

Date

26 June 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The value of this contract is estimated between £225,000 and £350,000 overall. DAERA does not guarantee any level of business under this contract. The successful Contractor’s performance on this Contract will be managed as per the specification and 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. 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. In no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives.

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.