Tender

DAERA - NI Nearshore Seabed Mapping Project

  • DAERA: Marine and Fisheries Division MFD

F02: Contract notice

Notice identifier: 2022/S 000-023393

Procurement identifier (OCID): ocds-h6vhtk-0361d9

Published 23 August 2022, 9:09am



Section one: Contracting authority

one.1) Name and addresses

DAERA: Marine and Fisheries Division MFD

1st floor, Klondyke Building, Cromac Avenue

Belfast

BT7 2AJ

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 electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA - NI Nearshore Seabed Mapping Project

Reference number

4266888

two.1.2) Main CPV code

  • 71354200 - Aerial mapping services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA are seeking to appoint a suitable Contractor to provide a nearshore seabed mapping survey for the entirety of the Northern Ireland (NI) coastal area. This survey will create a valuable digital asset which will enable better management of NIs coastal environments and also NIs blue carbon habitats, which are becoming increasingly important as NI faces the challenges of climate change. Data will provide a high resolution map of the NI nearshore seabed, which is essential for the mapping of nearshore marine habitats and underwater cultural heritage assets (such as historic wrecks) as well as providing a detailed image of the nearshore geomorphology. All information associated with this competition can be found in the tender documentation. The Accelerated Open Procedure has been chosen for this tender competition as there is an urgent requirement for the service to be set up given the short window of opportunity for flights to carry out imaging.

two.1.5) Estimated total value

Value excluding VAT: £940,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71354100 - Digital mapping services
  • 71222200 - Rural areas mapping services
  • 71351900 - Geology, oceanography and hydrology services
  • 71355200 - Ordnance surveying
  • 71354500 - Marine survey services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA are seeking to appoint a suitable Contractor to provide a nearshore seabed mapping survey for the entirety of the Northern Ireland (NI) coastal area. This survey will create a valuable digital asset which will enable better management of NIs coastal environments and also NIs blue carbon habitats, which are becoming increasingly important as NI faces the challenges of climate change. Data will provide a high resolution map of the NI nearshore seabed, which is essential for the mapping of nearshore marine habitats and underwater cultural heritage assets (such as historic wrecks) as well as providing a detailed image of the nearshore geomorphology. All information associated with this competition can be found in the tender documentation. The Accelerated Open Procedure has been chosen for this tender competition as there is an urgent requirement for the service to be set up given the short window of opportunity for flights to carry out imaging.

two.2.5) Award criteria

Quality criterion - Name: Proposed Methodology / Weighting: 15

Quality criterion - Name: Personnel Experience / Weighting: 15

Quality criterion - Name: Survey Planning and Coverage / Weighting: 6

Quality criterion - Name: Contract Management / Weighting: 6

Quality criterion - Name: Managing Risk and Mitigation / Weighting: 6

Quality criterion - Name: Social Value / Weighting: 12

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £940,000

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

option to extend 3 months + 3 Months + 3 Months + 3 months up to a maximum of 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 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 imaging. The possibility to complete this part of the requirement is 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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Current and Valid Certificate(s) and Licence(s) (Pass/Fail). . Tenderers must confirm the following valid certificate(s) and licence(s) are held relating to the provision of this contract:. . i) Valid Pilots licence(s).. ii) Valid Airworthiness Review Certificate (ARC).. iii) Valid Instrument certification (including eye-safe operation of laser).. .

three.1.3) Technical and professional ability

List and brief description of selection criteria

Company Experience . . Tenderers must provide at least two detailed examples of having delivered a project using a comparable methodology to that outlined in the Specification of Requirements within the last 5 . years. The example(s) must demonstrate provision of a service:. . • Name of the Client(s) (Public, private or third sector);. • The methodologies for data acquisition, data processing and quality control.. • How these are relevant to the requirement;. • How the project(s) was delivered successfully; and . • Start and end date of project(s)..

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the Tender 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

12 September 2022

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: 11 December 2022

four.2.7) Conditions for opening of tenders

Date

12 September 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 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 Certificate of Unsatisfactory Performance and the contract may be terminated.. The issue of a Certificate of Unsatisfactory Performance will 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 twelve months from the date of issue of the certificate.

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.