Tender

3626236 DAERA – AFBI – LiDAR DIGITAL TOPOGRAPHIC SCAN OF NORTHERN IRELAND

  • Agri-Food and Biosciences Institute

F02: Contract notice

Notice identifier: 2021/S 000-024828

Procurement identifier (OCID): ocds-h6vhtk-02e869

Published 5 October 2021, 5:54pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

18a Newforge Lane

BELFAST

BT9 5PX

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.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.