Section one: Contracting authority
one.1) Name and addresses
Agri-Food and Biosciences Institute
18a Newforge Lane
BELFAST
BT9 5PX
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.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
3626236 DAERA – AFBI – LiDAR DIGITAL TOPOGRAPHIC SCAN OF NORTHERN IRELAND
Reference number
ID 3626236
two.1.2) Main CPV code
- 71354100 - Digital mapping services
two.1.3) Type of contract
Services
two.1.4) Short description
The appointed Contractor will be responsible for acquiring, processing and delivering a LiDAR scan of the land area of Northern Ireland. The LiDAR data set must cover the entire land area of Northern Ireland and be provided at an absolute minimum resolution of 16 points per square metre under leaf-off conditions. It will be delivered formatted as digital terrain model, a digital surface model and fully classified LAS file format. The Contractor is responsible for carrying out the flight(s) needed to gather the LiDAR data using a helicopter or conventional fixed wing aircraft. Due the large scale of the areas to be covered, the use of drones will not be accepted.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71354200 - Aerial mapping services
- 71222200 - Rural areas mapping services
- 71222100 - Urban areas mapping services
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The appointed Contractor will be responsible for acquiring, processing and delivering a LiDAR scan of the land area of Northern Ireland. The LiDAR data set must cover the entire land area of Northern Ireland and be provided at an absolute minimum resolution of 16 points per square metre under leaf-off conditions. It will be delivered formatted as digital terrain model, a digital surface model and fully classified LAS file format. The Contractor is responsible for carrying out the flight(s) needed to gather the LiDAR data using a helicopter or conventional fixed wing aircraft. Due the large scale of the areas to be covered, the use of drones will not be accepted.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
2
This contract is subject to renewal
Yes
Description of renewals
It is expected that the Contract will be delivered within the initial 2 year period. There is an optional extension period of up to 12 months which will only be taken up in the event that agreed legitimate unforeseen circumstances prevent the delivery of the contract within the initial period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is expected that the Contract will be delivered within the initial 2 year period. There is an optional extension period of up to 12 months which will only be taken up in the event that agreed legitimate unforeseen circumstances prevent the delivery of the contract within the initial period.
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 in II.2.6 is the maximum estimated contract value.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
As stated in the tender documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
As stated 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
5 November 2021
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: 3 February 2022
four.2.7) Conditions for opening of tenders
Date
5 November 2021
Local time
3:30pm
Information about authorised persons and opening procedure
Only CPD Procurement Staff with access to the project on eTendersNI.
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 in line with PGN 01/12. 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.” . . . "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
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.