By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Project 4725 Aerial Monitoring and Analysis of Areas of Special Scientific Interest (ASSI's).

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Department of Finance and Personnel Northern Ireland
Clare House, 303 Airport Road West
Attn: Angela Calderwood
BT3 9ED Belfast
UNITED KINGDOM
Tel. +44 2890816415
E-mail:

Internet address(es)

General address of the contracting authority www.dfpni.gov.uk/cpd

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law
General public services
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Project 4725 Aerial Monitoring and Analysis of Areas of Special Scientific Interest (ASSI's).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 3
Main place of performance Northern Ireland.

NUTS code UK

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement: Duration in month(s): 48
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 400 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Northern Ireland Environment Agency (NIEA) has a key role in conserving and enhancing biodiversity in Northern Ireland. As part of this commitment the Agency has a programme to protect the best examples of biodiversity and geo-diversity by designating Areas of Special Scientific Interest (ASSIs). These sites have to be monitored, on an annual basis, to ensure the features of special interest are not damaged and that they are being managed and maintained in accordance with the appropriate conservation priorities.
Whilst some of this monitoring work is carried out by staff on the ground, many of the sites require monitoring from helicopters by staff using photographic equipment to capture images or by a Service Provider digitally recording and aerial photographing ASSI sites. ASSI monitoring requires low-level reconnaissance mostly over farmed countryside across Northern Ireland (NI) and including all major water bodies, uplands, large sections of coast including Rathlin Island and many rivers.
Central Procurement Directorate, on behalf of Northern Ireland Environment Agency, intends establishing a framework agreement for the provision of services described within the tender documents.
The aim of this framework is to provide NIEA with the means of monitoring ASSI’s sites by calling off from the service options listed below. It is the intention to appoint one service provider per Lot.
(i) Lot One - Helicopter Hire Services
NIEA requires the services of a licensed operator able to provide a helicopter hire service and pilot for low-level reconnaissance to enable its staff to monitor various sites. The craft will need to carry up to 2 NIEA staff with sliding window facility to permit photography.
(ii) Lot Two - Site Integrity Monitoring of Designated Sites
Within this Lot NIEA require the successful Service Provider to digitally record and aerially photograph lands that are designated ASSI’s throughout Northern Ireland.
The successful Service Provider would be required to provide a suitable camera. The camera must be fixed mounted and not handheld to ensure stability and consistency of image capture.
Each photograph must be geo referenced and have software provided to indicate on licensed Ordnance Survey Northern Ireland (OSNI) mapping, the exact location of the photograph in addition to the outline of the designated site boundary.
Further information is contained within the tender documents.
Calling off the framework.
As and when a monitoring requirement arises NIEA will select the option which best suits their needs.
NIEA cannot offer a guarantee as to the level of business which will be generated under this framework.
The accuracy of data recorded under this framework and its historic archive, are of key importance when gathering evidence in potential prosecution cases, by NIEA Conservation, Designation & Protection (CDP) Enforcement Team, in pursuance of the Environment Order (NI) 2002. This legislation is the main statutory mechanism affording the protection of ASSI’s.
II.1.6)Common procurement vocabulary (CPV)

60440000, 90711000, 79961200, 60424120, 60410000, 90711500

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
II.2.2)Options
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION

INFORMATION ABOUT LOTS

LOT NO: 2 TITLE (ii) Lot Two - Site Integrity Monitoring of Designated Sites
1)SHORT DESCRIPTION
Within this Lot NIEA require the successful Service Provider to digitally record and aerially photograph lands that are designated ASSI’s throughout Northern Ireland.
The successful Service Provider would be required to provide a suitable camera. The camera must be fixed mounted and not handheld to ensure stability and consistency of image capture.
Each photograph must be geo referenced and have software provided to indicate on licensed Ordnance Survey Northern Ireland (OSNI) mapping, the exact location of the photograph in addition to the outline of the designated site boundary.
The Service Provider may also on occasion be required to facilitate 2 NIEA staff with handheld photographic equipment accompanying the pilot on a flight.
2)COMMON PROCUREMENT VOCABULARY (CPV)

60440000, 79961200, 60424120, 60410000, 90711500, 90711000

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
Verification.
Following evaluation and prior to contract award a practical verification exercise will take place. During the verification exercise an aviation consultant, on behalf of NIEA, will inspect the top scoring Tenderer’s proposed aircraft; a test flight may be required.
The top scoring Tenderer will be required to provide written details of their Maintenance Document Set, safety policy and their record of safety for review by the aviation consultant. Tenderers must also provide the aviation consultant with a copy of their policy for maintenance and continued airworthiness of the fleet to be used in this framework, this should take account of occasions when the helicopter is detached from the normal operating base.
The verification exercise is expected to last no longer than ½ day and will be arranged with the tenderer once the evaluation process has been completed.
Should the inspection not prove satisfactory, the tender will then be deemed unsuitable and a visit will be carried out with the next highest scoring tenderer.
Following contract award and prior to contract commencement date the successful Servicer Provider(s) for each lot will be required to provide copies of their insurance certificates.
NIEA cannot guarantee the level of business which will be generated under this framework.
Suppliers Instructions How to Express Interest in this Tender~:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue’ - Enter your correct business and user details - Note the username you chose and click ‘Save’ when complete - You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest’ button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender - Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
LOT NO: 1 TITLE (i) Lot One - Helicopter Hire Services
1)SHORT DESCRIPTION
NIEA requires the services of a licensed operator able to provide a helicopter hire service and pilot for low-level reconnaissance to enable its staff to monitor various sites. The craft will need to carry up to 2 NIEA staff with sliding window facility to permit photography. However, there may be a requirement to fulfil a similar need or activity that is not yet determined.
2)COMMON PROCUREMENT VOCABULARY (CPV)

60440000, 90711000, 60424120, 60410000, 90711500

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
Verification.
Following evaluation and prior to contract award a practical verification exercise will take place. During the verification exercise an aviation consultant, on behalf of NIEA, will inspect the top scoring Tenderer’s proposed aircraft; a test flight may be required.
The top scoring Tenderer will be required to provide written details of their Maintenance Document Set, safety policy and their record of safety for review by the aviation consultant. Tenderers must also provide the aviation consultant with a copy of their policy for maintenance and continued airworthiness of the fleet to be used in this framework, this should take account of occasions when the helicopter is detached from the normal operating base.
The verification exercise is expected to last no longer than ½ day and will be arranged with the tenderer once the evaluation process has been completed.
Should the inspection not prove satisfactory, the tender will then be deemed unsuitable and a visit will be carried out with the next highest scoring tenderer.
Following contract award and prior to contract commencement date the successful Servicer Provider(s) for each lot will be required to provide copies of their insurance certificates.
NIEA cannot guarantee the level of business which will be generated under this framework.
Suppliers Instructions How to Express Interest in this Tender~:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue’ - Enter your correct business and user details - Note the username you chose and click ‘Save’ when complete - You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest’ button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender - Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability.
III.1.4)Other particular conditions to which the performance of the contract is subject
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: As specified in the tender documents.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: As specified in the tender documents.
Minimum level(s) of standards possibly required As specified in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
As specified in the tender documents.
Minimum level(s) of standards possibly required
Stage 1 - Selection Criteria.
Technical or Professional Ability (Pass/Fail).
Those Tenderers who are not excluded under the grounds listed in Regulations 23 of the Public Contract Regulations 2006 (as amended) must clearly demonstrate that they meet the minimum levels of technical and professional ability as detailed below.
Failure to meet all of the minimum standards of technical or professional ability as detailed below will result in the remainder of your tender offer not being assessed:-.
(i) Experience of Company
For each of the Lots they are bidding for Tenderers must clearly demonstrate previous experience of providing a service similar to that described within the Specification Schedule of the Conditions of Contract document.
For each of the Lots they are bidding for Tenderers must provide two examples of providing a service of a similar size and scope to that described, within the Specification Schedule of the Conditions of Contract document, within the last 3 years.
(ii) Experience of Pilot(s)
Tenderers must clearly demonstrate that the proposed pilots have a valid commercial licence. Tenderers must provide the pilots names and copies of their current licences along with CV’s detailing qualifications and experience relevant to the Lot(s) bid for. Tenderers must demonstrate that proposed pilots are experienced in low-level reconnaissance flying.
(iii) Aircraft
Tenderers must provide a brief description of the helicopter(s) that they propose to use for the Lot(s) they are bidding for specifying: make and model of craft and flying range for the helicopter when it carries 2 passengers; facility for sliding open securely a window for filming purposes, and working over open water. Tenderers bidding for Lot Two must also provide details of facility to carry the proposed camera.
(iv) Certificate of Airworthiness
Tenderers must clearly demonstrate that they hold a current certificate of Airworthiness for the proposed aircraft. Tenderers must provide a copy of the certificate.
(v) Air Operators Certificate
Tenderers must clearly demonstrate that they hold a current Air Operators Certificate (AOC) from the Civil Aviation Authority (CAA) or a JAR-OPS Air Operators Certificate, or equivalent, issued by a competent Authority. Tenderers must provide a copy of the certificate and include details of the scope, coverage and specifications of the certificate.
Please note: Tenderers should note that within 3 years' refers to within 3 years from the closing date of this tender competition.
All Tenderers who have demonstrated the minimum standards of technical or professional ability will proceed to the second stage of the evaluation. Tenderers who have failed to meet all of the minimum standards of technical or professional ability will be eliminated from the tender competition.
Please note: Tenderers will be assessed on their ability to meet these standards based on the information submitted within their tender proposal. Failure to provide sufficient evidence with dates to demonstrate compliance with each of the above requirements will lead to exclusion from the tender competition. If the evaluation panel are unable to determine the duration of the experience detailed tenderers will be eliminated from this competition.
Pass / Fail: -.
Tenderer’s will be assessed on their ability to meet all of the minimum standards of technical or professional ability detailed in section 13.1 using the following definitions.
- Pass - Where the Tenderer has fully demonstrated their ability to meet all of the minimum standards of technical or professional ability where specified; and.
- Fail - Where the Tenderer has failed to sufficiently demonstrate their ability to meet all of the minimum standards of technical or professional ability where specified.
(vi) Health & Safety
Tenderers must provide the following health and safety information: -.
- Provide written details of your safe working guidelines for the personnel e.g. pilot and NIEA staff passengers with regard to the type of work described within the specification. This must include your training policy and supervisory guidance for the NIEA staff on board.
The panel will make a judgement on whether the Tenderers response to the above health and safety criteria is acceptable (pass) or unacceptable (fail).
(vii) Mandatory Occurrence Reports
Tenderers must declare any Mandatory Occurrence Reports to the CAA or other competent Authority within the past 5 years and complaints or warnings from the CAA in the last year along with details of any corrective actions taken.
The panel will access the degree of severity of the mandatory occurrence reports and the corrective action taken by the Tenderer using the following definitions.
- Pass - Where the Tenderer has declared no mandatory occurrence reports within the past 5 years, or where mandatory occurrence report(s) have been declared but the panel are content with the corrective action taken and have no reservations about the Tenderers level of competence; and.
- Fail - Where the Tenderer has declared mandatory occurrence report(s) within the past 5 years and has failed to demonstrate sufficiently that appropriate corrective action has been taken, or where the degree of severity of the mandatory occurrence report caused the panel serious reservations.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Methodology. Weighting 40
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
Project 4725
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 21.7.2011 - 14:59
IV.3.4)Time-limit for receipt of tenders or requests to participate
21.7.2011 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 21.7.2011 - 15:01

Place

An electronic tendering system is used and hosted by Bravo Solutions. Documents can only be accessed after the closing date.

Persons authorised to be present at the opening of tenders No

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION
Verification.
Following evaluation and prior to contract award a practical verification exercise will take place. During the verification exercise an aviation consultant, on behalf of NIEA, will inspect the top scoring Tenderer, for Lots, proposed aircraft; a test flight may be required.
The top scoring Tenderer for each lot will be required to provide written details of their Maintenance Document Set, safety policy and their record of safety for review by the aviation consultant. The Tenderers must also provide the aviation consultant with a copy of their policy for maintenance and continued airworthiness of the fleet to be used in this framework, this should take account of occasions when the helicopter is detached from the normal operating base.
The verification exercise is expected to last no longer than ½ day and will be arranged with the tenderer once the evaluation process has been completed.
Should the inspection not prove satisfactory, the tender will then be deemed unsuitable and a visit will be carried out with the next highest scoring tenderer.
Following contract award and prior to contract commencement date the successful Servicer Provider(s) for each lot will be required to provide copies of their insurance certificates.
Suppliers Instructions How to Express Interest in this Tender~:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue’ - Enter your correct business and user details - Note the username you chose and click ‘Save’ when complete - You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest’ button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender - Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

Please refer to section VI.4.2

Body responsible for mediation procedures

Please refer to section VI.4.2

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained

Please refer to section VI.4.2

VI.5)DATE OF DISPATCH OF THIS NOTICE:
9.6.2011