Notice Information
Notice Title
ID 4942881 - DAERA - ASD - Satellite Imagery Acquisition for Control with Remote Sensing
Notice Description
The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an Imagery provider (The Supplier) for satellite imagery acquisition for use by an external CwRS Contractor in remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility including Areas deemed as Commons. 3. LPIS QA Exercises 4. Future Farm Support and Development Programme. The Supplier must provide Satellite Imagery during two periods in each year of the contract, from spring through to summer. The Contract must commence by April 2024 to allow for imagery acquisition windows. Please see document entitled ID 4942881 - Specification for for further information on the services required.
Lot Information
Lot 1
The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an Imagery provider (The Supplier) for satellite imagery acquisition for use by an external CwRS Contractor in remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility including Areas deemed as Commons. 3. LPIS QA Exercises 4. Future Farm Support and Development Programme. The Supplier must provide Satellite Imagery during two periods in each year of the contract, from spring through to summer. The Contract must commence by April 2024 to allow for imagery acquisition windows. Please see document entitled ID 4942881 - Specification for for further information on the services required. Additional information: The figure indicated in II.1.7 represents an estimated maximum contract value PS480,000. This figure reflects the scale of the contract and takes into account potential optional extension periods and the uptake of services as detailed in the tender documents, including changes that may result from future operational requirements. The potential range of spend on this contract is between PS180,300 and PS480,000 however, this is a call off contract and there is no guarantee on the level of spend for this contract
Options: This contract is for an initial period of 2 years. Following the initial contract period, there are 2 optional extensional periods of 1 year each.
Renewal: This Contract is for an initial period of 2 years with 2 further optional extension periods of up to 1 year each.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-043758
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013189-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
35631100 - Communication satellites
35631200 - Observation satellites
48000000 - Software package and information systems
71700000 - Monitoring and control services
72000000 - IT services: consulting, software development, Internet and support
72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
72212320 - Drawing and imaging software development services
72212328 - Image-processing software development services
72313000 - Data capture services
73000000 - Research and development services and related consultancy services
73110000 - Research services
73200000 - Research and development consultancy services
73210000 - Research consultancy services
79961200 - Aerial photography services
Notice Value(s)
- Tender Value
- £480,000 £100K-£500K
- Lots Value
- £480,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £480,000 £100K-£500K
Notice Dates
- Publication Date
- 23 Apr 20241 years ago
- Submission Deadline
- 6 Mar 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Mar 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Estimated timing for further notices to be published: This contract will potentially be re-procured after the initial contract period and/or following any extensions.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS DAERA
- Additional Buyers
DEPARTMENT OF ARGICULTURE, ENVIRONMENT AND RURAL AFFAIRS DAERA
- Contact Name
- SSDAdmin.CPDfinance-ni.gov.uk
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT3 9ED
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Sydenham
- Westminster Constituency
- Belfast East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-043758-2024-04-23T15:54:06+01:00",
"date": "2024-04-23T15:54:06+01:00",
"ocid": "ocds-h6vhtk-043758",
"description": "Contract Monitoring. The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.. . Insert appropriate reservations of rights and disclaimers of liability here consider - e.g.. . \"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.\". . Also consider:. This project will be used to progress the Government's wider social, economic and environmental objectives.. . If this is a Framework Agreement consider:. The Framework Agreement is being let by Construction and Procurement Delivery on behalf of any public sector organisations requiring services in Northern Ireland including:- Government Departments; Agencies; Non-departmental Public Bodies; or other Contracting Authority (including subsidised bodies or other grant recipients). A list of potential organisations is included in the tender documents. This framework Agreement will be used to progress the Government's wider social, economic and environmental objectives)). . For CPN Competitions - Contract Notice:. . The Contracting Authority reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders and/or to down-select Economic Operators following each round of negotiation(s). For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority's absolute discretion). The Contracting Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process or negotiation process. *The Contracting Authority does not bind itself to accept the lowest or any tender. *Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. .",
"initiationType": "tender",
"tender": {
"id": "4942881",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 4942881 - DAERA - ASD - Satellite Imagery Acquisition for Control with Remote Sensing",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an Imagery provider (The Supplier) for satellite imagery acquisition for use by an external CwRS Contractor in remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility including Areas deemed as Commons. 3. LPIS QA Exercises 4. Future Farm Support and Development Programme. The Supplier must provide Satellite Imagery during two periods in each year of the contract, from spring through to summer. The Contract must commence by April 2024 to allow for imagery acquisition windows. Please see document entitled ID 4942881 - Specification for for further information on the services required.",
"value": {
"amount": 480000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Department of Agriculture, Environment and Rural Affairs (DAERA) requires an Imagery provider (The Supplier) for satellite imagery acquisition for use by an external CwRS Contractor in remote sensing techniques to ensure compliance and control for: 1. Environmental Farming Scheme (EFS) eligibility (Higher applications); and 2. Basic Payment Scheme (BPS) eligibility including Areas deemed as Commons. 3. LPIS QA Exercises 4. Future Farm Support and Development Programme. The Supplier must provide Satellite Imagery during two periods in each year of the contract, from spring through to summer. The Contract must commence by April 2024 to allow for imagery acquisition windows. Please see document entitled ID 4942881 - Specification for for further information on the services required. Additional information: The figure indicated in II.1.7 represents an estimated maximum contract value PS480,000. This figure reflects the scale of the contract and takes into account potential optional extension periods and the uptake of services as detailed in the tender documents, including changes that may result from future operational requirements. The potential range of spend on this contract is between PS180,300 and PS480,000 however, this is a call off contract and there is no guarantee on the level of spend for this contract",
"awardCriteria": {
"criteria": [
{
"name": "Delivery of Service",
"type": "quality",
"description": "21"
},
{
"name": "Project Manager Experience",
"type": "quality",
"description": "14"
},
{
"name": "Quality Assurance Supervisor Experience",
"type": "quality",
"description": "14"
},
{
"name": "Contract Management and Business Continuity",
"type": "quality",
"description": "10.5"
},
{
"name": "Social Value",
"type": "quality",
"description": "10.5"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 480000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "This Contract is for an initial period of 2 years with 2 further optional extension periods of up to 1 year each."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This contract is for an initial period of 2 years. Following the initial contract period, there are 2 optional extensional periods of 1 year each."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "35631200",
"description": "Observation satellites"
},
{
"scheme": "CPV",
"id": "72313000",
"description": "Data capture services"
},
{
"scheme": "CPV",
"id": "79961200",
"description": "Aerial photography services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "73110000",
"description": "Research services"
},
{
"scheme": "CPV",
"id": "73200000",
"description": "Research and development consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "72212328",
"description": "Image-processing software development services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and control services"
},
{
"scheme": "CPV",
"id": "72212320",
"description": "Drawing and imaging software development services"
},
{
"scheme": "CPV",
"id": "72212300",
"description": "Document creation, drawing, imaging, scheduling and productivity software development services"
},
{
"scheme": "CPV",
"id": "35631100",
"description": "Communication satellites"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-03-06T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-06-04T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2024-03-06T15:30:00Z"
},
"bidOpening": {
"date": "2024-03-06T15:30:00Z"
},
"hasRecurrence": true,
"reviewDetails": "CPD complied with the Public Contracts Regulations 2015 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.",
"recurrence": {
"description": "Estimated timing for further notices to be published: This contract will potentially be re-procured after the initial contract period and/or following any extensions."
}
},
"parties": [
{
"id": "GB-FTS-104378",
"name": "Department of Argiculture, Environment and Rural Affairs DAERA",
"identifier": {
"legalName": "Department of Argiculture, Environment and Rural Affairs DAERA"
},
"address": {
"streetAddress": "C/O 303 Airport Road West",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "SSDAdmin.CPDfinance-ni.gov.uk",
"email": "SSDAdmin.CPD@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-20217",
"name": "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.",
"identifier": {
"legalName": "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."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-105464",
"name": "Department of Agriculture, Environment and Rural Affairs DAERA",
"identifier": {
"legalName": "Department of Agriculture, Environment and Rural Affairs DAERA"
},
"address": {
"streetAddress": "303 Airport Road West",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "SSDAdmin.CPDfinance-ni.gov.uk",
"email": "SSDAdmin.CPD@finance-ni.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.daera-ni.gov.uk/",
"buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "05",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-111727",
"name": "CGG Services UK Ltd",
"identifier": {
"legalName": "CGG Services UK Ltd"
},
"address": {
"streetAddress": "Crompton Way, Manor Royal Estate",
"locality": "Crawley",
"region": "FR",
"postalCode": "RH10 9QN",
"countryName": "France"
},
"contactPoint": {
"email": "laura.vigee@cgg.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-69350",
"name": "Insert: 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.",
"identifier": {
"legalName": "Insert: 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."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-105464",
"name": "Department of Agriculture, Environment and Rural Affairs DAERA"
},
"language": "en",
"awards": [
{
"id": "013189-2024-1-1",
"relatedLots": [
"1"
],
"title": "Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-111727",
"name": "CGG Services UK Ltd"
}
]
}
],
"contracts": [
{
"id": "013189-2024-1-1",
"awardID": "013189-2024-1-1",
"title": "Contract",
"status": "active",
"value": {
"amount": 480000,
"currency": "GBP"
},
"dateSigned": "2024-03-29T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}