Contract

DAERA - EMFG - Northern Ireland Coastal Topographic LiDAR Survey

  • DAERA

F03: Contract award notice

Notice identifier: 2024/S 000-018802

Procurement identifier (OCID): ocds-h6vhtk-043d6f

Published 18 June 2024, 4:13pm



Section one: Contracting authority

one.1) Name and addresses

DAERA

303 Airport Road West

BELFAST

BT3 9ED

Contact

ssdadmin.cpdfinance-ni.gov.uk

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.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 - EMFG - Northern Ireland Coastal Topographic LiDAR Survey

Reference number

ID 5085333

two.1.2) Main CPV code

  • 71354200 - Aerial mapping services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA - EMFG - Northern Ireland Coastal Topographic LiDAR Survey

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: £358,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 71354100 - Digital mapping services
  • 71351900 - Geology, oceanography and hydrology services
  • 71355200 - Ordnance surveying
  • 71353000 - Surface surveying services
  • 71222200 - Rural areas mapping services

two.2.3) Place of performance

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

UKN

two.2.4) Description of the procurement

DAERA - EMFG - Northern Ireland Coastal Topographic LiDAR Survey

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: No

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

This contract is for a 2 year duration. Contract has been awarded in June delay to awarding the contract as we were awaiting budget approval from DAERA.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

The Accelerated Open Procedure has been chosen as there is an urgent requirement for the service to be set up given the short window of opportunity for flights to carry out this work. This data collection is likely to be impacted by the requirement for good weather, tidal cycle level and sea state conditions. The aim of selecting this procedure is to ensure an award that will maximise flight times before winter when the flying conditions deteriorate. Delay to awarding the contract has had to wait on budget approval from DAERA.

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: 2024/S 000-006373


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

18 June 2024

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: 0

Number of tenders received from tenderers from non-EU Member States: 1

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

Dsd Bidco AS

Drammensveien 260

OSLO

0283

Country

Norway

NUTS code
  • NO - Norway
Internet address

https://field.group/contact/

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: £358,000

Total value of the contract/lot: £358,000


Section six. Complementary information

six.3) Additional information

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 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 this Contract. may be. terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the. CPD website Any. contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender. submissions for. a period of three years from the date of issue of the Notice. It may also 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.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

x

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..