Awarded contract

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

  • Department of Agriculture Environment and Rural Affairs

F03: Contract award notice

Notice reference: 2023/S 000-024747

Published 23 August 2023, 10:12am



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

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.daera-ni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £350,000

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.2.11) Information about options

Options: Yes

Description of options

After the Initial Contract Period there are options to extend for three further periods of up to and including 12 Months each.

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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-014818


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

22 August 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 2

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

NOISE CONSULTANTS LIMITED

23 Coldharbour Road

BRISTOL

BS6 7JT

Email

contact@noiseconsultants.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

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: £350,000

Total value of the contract/lot: £350,000


Section six. Complementary information

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.

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 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.