Section one: Contracting authority
one.1) Name and addresses
DAERA: Marine and Fisheries Division MFD
1st floor, Klondyke Building, Cromac Avenue
Belfast
BT7 2AJ
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.