Tender

DAERA - The Carbon Footprinting Project

  • Department of Agriculture Environment and Rural Affairs

F02: Contract notice

Notice identifier: 2024/S 000-016219

Procurement identifier (OCID): ocds-h6vhtk-0469ce

Published 22 May 2024, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

Clare House 303 Airport Road

Belfast

BT39ED

Contact

Northern Ireland Civil Service

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.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 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

DAERA - The Carbon Footprinting Project

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

DAERA require a Supplier to provide the administration, delivery, support and maintenance of a Carbon Footprinting Project farm carbon calculator which will provide farm businesses with their farm carbon footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years (2024/25 – 2027/28).

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72300000 - Data services
  • 73000000 - Research and development services and related consultancy services
  • 73100000 - Research and experimental development services
  • 73200000 - Research and development consultancy services
  • 73300000 - Design and execution of research and development
  • 48000000 - Software package and information systems
  • 48218000 - License management software package
  • 48100000 - Industry specific software package
  • 48430000 - Inventory management software package
  • 48781000 - System management software package
  • 77100000 - Agricultural services
  • 77110000 - Services incidental to agricultural production
  • 16000000 - Agricultural machinery
  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

DAERA require a Supplier to provide the administration, delivery, support and maintenance of a Carbon Footprinting Project farm carbon calculator which will provide farm businesses with their farm carbon footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years (2024/25 – 2027/28).

two.2.5) Award criteria

Quality criterion - Name: AC1 Proposed Methodology and Implementation Plan / Weighting: 21

Quality criterion - Name: AC2 Proposed Team Experience / Weighting: 14

Quality criterion - Name: AC3 Contract Management/business continuity / Weighting: 14

Quality criterion - Name: AC4 Governance Structures / Weighting: 10.5

Quality criterion - Name: AC5 Social Value / Weighting: 10.5

Cost criterion - Name: AC6 Total Contract Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Optional extension periods of 12 months plus 12 months.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

20 June 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: 18 September 2024

four.2.7) Conditions for opening of tenders

Date

20 June 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.. . 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