DAERA - The Carbon Footprinting Project

A Tender Notice
by DEPARTMENT OF AGRICULTURE ENVIRONMENT AND RURAL AFFAIRS

Source
Find a Tender
Type
Contract (Services)
Duration
2 year
Value
2M
Sector
TECHNOLOGY
Published
22 May 2024
Delivery
To 20 Jun 2026 (est.)
Deadline
20 Jun 2024 15:00

Concepts

Location

Northern Ireland

Geochart for 2 buyers and 0 suppliers

Description

DAERA require a Supplier to provide the administration, delivery, support and maintenance of a Carbon Footprinting Project farm carbon calculator which will provide farm businesses with their farm carbon footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years (2024/25 – 2027/28).

Renewal Options

Optional extension periods of 12 months plus 12 months.

Award Criteria

AC1 Proposed Methodology and Implementation Plan 21.0
AC2 Proposed Team Experience 14.0
AC3 Contract Management/business continuity 14.0
AC4 Governance Structures 10.5
AC5 Social Value 10.5
AC6 Total Contract Price 30.0

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 72300000 - Data services
  • 73000000 - Research and development services and related consultancy services
  • 73100000 - Research and experimental development services
  • 73200000 - Research and development consultancy services
  • 73300000 - Design and execution of research and development
  • 48000000 - Software package and information systems
  • 48218000 - License management software package
  • 48100000 - Industry specific software package
  • 48430000 - Inventory management software package
  • 48781000 - System management software package
  • 77100000 - Agricultural services
  • 77110000 - Services incidental to agricultural production
  • 16000000 - Agricultural machinery
  • 34000000 - Transport equipment and auxiliary products to transportation

Indicators

  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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. . 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.".

Reference

Domains