Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
Academy House 121a Broughshane Street
Ballymena
BT43 6HY
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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 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
ID 4174196 - DAERA CMU - Control with Remote Sensing for Agricultural subsidies
Reference number
ID 4174196
two.1.2) Main CPV code
- 71600000 - Technical testing, analysis and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
DAERA requires a Contractor to use remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility. DAERA has used Control with Remote Sensing (CwRS) as the primary control for area based schemes since 2012 and its processes are business as usual functions. The Contractor will be required to comply with these processes.
two.1.5) Estimated total value
Value excluding VAT: £742,900
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71620000 - Analysis services
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
- 72212320 - Drawing and imaging software development services
- 72212321 - Computer-aided design (CAD) software development services
- 72212326 - Mapping software development services
- 72212328 - Image-processing software development services
- 72212331 - Project management software development services
- 72212440 - Financial analysis and accounting software development services
- 72212441 - Financial analysis software development services
- 72212900 - Miscellaneous software development services and computer systems
- 72220000 - Systems and technical consultancy services
- 72224000 - Project management consultancy services
- 72227000 - Software integration consultancy services
- 72250000 - System and support services
- 72261000 - Software support services
- 72262000 - Software development services
- 72263000 - Software implementation services
- 72266000 - Software consultancy services
- 72267000 - Software maintenance and repair services
- 73000000 - Research and development services and related consultancy services
- 73200000 - Research and development consultancy services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA requires a Contractor to use remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility. DAERA has used Control with Remote Sensing (CwRS) as the primary control for area based schemes since 2012 and its processes are business as usual functions. The Contractor will be required to comply with these processes.
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: £742,900
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
After the initial contract period, there are two options to extend the contract by up to one year
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 November 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: 15 February 2023
four.2.7) Conditions for opening of tenders
Date
17 November 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Contract Monitoring. 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 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 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.