loading
  • GB-CF10 3NQ Cardiff
  • 16.03.2017
  • Ausschreibung
  • (ID 2-256160)

Control with Remote Sensing 2017


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.03.2017, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Vermessung
    Sprachen Englisch, Walisisch
    Aufgabe
    A 2 year contract with the option to extend for an additional 1 + 1 years is required to assist the Welsh Government to deliver Remote Sensing inspections in accordance with European and domestic legislation under the Common Agricultural Policy.
    The successful contractor will need to:
    Provide a service that is compliant to the EU Guidelines, by:
    — Analysing acquired 2017 satellite imagery for the zones identified for controls within Wales (in line with the client's National addendum requirements), and
    — Interpreting the satellite imagery for the preparation of dossiers for individual cases within the zones (to assist the client in confirming if customers have accurately declared against field parcels on their holding/s on their 2017 Single Application Forms).
    Deliver and complete the service in sufficient time to allow the client to process applications and calculate accurate payments to customers by 1.12.2017.
    Leistungsumfang
    A 2 year contract with the option to extend for an additional 1 + 1 years is required to assist the Welsh Government to deliver Remote Sensing inspections in accordance with European and domestic legislation under the Common Agricultural Policy.
    The successful contractor will need to:
    Provide a service that is compliant to the EU Guidelines, by:
    — Analysing acquired 2017 satellite imagery for the zones identified for controls within Wales (in line with the client's National addendum requirements), and
    — Interpreting the satellite imagery for the preparation of dossiers for individual cases within the zones (to assist the client in confirming if customers have accurately declared against field parcels on their holding/s on their 2017 Single Application Forms).
    Deliver and complete the service in sufficient time to allow the client to process applications and calculate accurate payments to customers by 1.12.2017.
    The contractor must follow the requirements and guidelines laid down in the EC guidance unless specified otherwise in the National Addendum.
    The main exercise in Wales will involve carrying out controls of between 800 to 1 000 records of Single Application Form (SAF) applications for subsidy aid (hereafter referred to as ‘dossiers’), spread across 9 Remote Sensing Zones.
    These will consist of an average of around 50 parcels per application and will need to be reviewed against satellite imagery to confirm the declaration and update LPIS in order to meet the on the spot checks requirements set out by the EC.
    If the number of parcels per application is less than the expected average, the Client would expect the process and costs per dossier to be reviewed accordingly.
    The client would expect that the identification of potential changes to the LPIS and differences with the declaration and the controls of remote sensing should be done via an automated process using an algorithm. The algorithm should check the available data from satellite and sentinel imagery and the data provided by the client (Aerial imagery, mastermap and LPIS / declaration data) in order to identify these changes. A sample of parcels where no change has been identified should be reviewed to confirm the algorithm is functioning correctly.
    An additional exercise in Wales may also be required as part of the contract each year. This would involve examining parcels, which have not been part of that years Control regime.
    The exercise should be carried out using the same principles as the main Remote Sensing process, in order to identify changes and provide updates for the LPIS where applicable by utilising one or more of the following:
    Satellite / Sentinel Image,
    Aerial Image,
    Relevant mastermap data,
    LPIS,
    Declaration data supplied by the client.
    It is estimated that there will be around 25 000 parcels which will require a change under this process in 2017.
    If the final number of parcels is less than the anticipated, the Client would expect the process and costs to be reviewed accordingly.
    Adresse des Bauherren UK-CF10 3NQ Cardiff
    TED Dokumenten-Nr. 55857-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Cardiff: Industrial process control equipment and remote-control equipment

      2017/S 031-055857

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Welsh Government
      Corporate Procurement Services, Cathays Park
      Cardiff
      CF10 3NQ
      United Kingdom
      Telephone: +44 3000628864
      E-mail: MTU+S05LbWpecG1gaGBpbzxfcWReYDtyXGdgbilibmQpYmpxKXBm
      NUTS code: UKL

      Internet address(es):

      Main address: http://wales.gov.uk/?skip=1&lang=en

      Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etenderwales.bravosolution.co.uk/home.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etenderwales.bravosolution.co.uk/home.html
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://etenderwales.bravosolution.co.uk/home.html
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Control with Remote Sensing 2017.

       

      Reference number: C227/2016/2017
      II.1.2)Main CPV code
      38800000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      A 2 year contract with the option to extend for an additional 1 + 1 years is required to assist the Welsh Government to deliver Remote Sensing inspections in accordance with European and domestic legislation under the Common Agricultural Policy.

      The successful contractor will need to:

      Provide a service that is compliant to the EU Guidelines, by:

      — Analysing acquired 2017 satellite imagery for the zones identified for controls within Wales (in line with the client's National addendum requirements), and

      — Interpreting the satellite imagery for the preparation of dossiers for individual cases within the zones (to assist the client in confirming if customers have accurately declared against field parcels on their holding/s on their 2017 Single Application Forms).

      Deliver and complete the service in sufficient time to allow the client to process applications and calculate accurate payments to customers by 1.12.2017.

       

      II.1.5)Estimated total value
      Value excluding VAT: 640 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      38800000
      72212514
      48514000
      79540000
      35631200
      48326100
      71354100
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

       

      A 2 year contract with the option to extend for an additional 1 + 1 years is required to assist the Welsh Government to deliver Remote Sensing inspections in accordance with European and domestic legislation under the Common Agricultural Policy.

      The successful contractor will need to:

      Provide a service that is compliant to the EU Guidelines, by:

      — Analysing acquired 2017 satellite imagery for the zones identified for controls within Wales (in line with the client's National addendum requirements), and

      — Interpreting the satellite imagery for the preparation of dossiers for individual cases within the zones (to assist the client in confirming if customers have accurately declared against field parcels on their holding/s on their 2017 Single Application Forms).

      Deliver and complete the service in sufficient time to allow the client to process applications and calculate accurate payments to customers by 1.12.2017.

      The contractor must follow the requirements and guidelines laid down in the EC guidance unless specified otherwise in the National Addendum.

      The main exercise in Wales will involve carrying out controls of between 800 to 1 000 records of Single Application Form (SAF) applications for subsidy aid (hereafter referred to as ‘dossiers’), spread across 9 Remote Sensing Zones.

      These will consist of an average of around 50 parcels per application and will need to be reviewed against satellite imagery to confirm the declaration and update LPIS in order to meet the on the spot checks requirements set out by the EC.

      If the number of parcels per application is less than the expected average, the Client would expect the process and costs per dossier to be reviewed accordingly.

      The client would expect that the identification of potential changes to the LPIS and differences with the declaration and the controls of remote sensing should be done via an automated process using an algorithm. The algorithm should check the available data from satellite and sentinel imagery and the data provided by the client (Aerial imagery, mastermap and LPIS / declaration data) in order to identify these changes. A sample of parcels where no change has been identified should be reviewed to confirm the algorithm is functioning correctly.

      An additional exercise in Wales may also be required as part of the contract each year. This would involve examining parcels, which have not been part of that years Control regime.

      The exercise should be carried out using the same principles as the main Remote Sensing process, in order to identify changes and provide updates for the LPIS where applicable by utilising one or more of the following:

      Satellite / Sentinel Image,

      Aerial Image,

      Relevant mastermap data,

      LPIS,

      Declaration data supplied by the client.

      It is estimated that there will be around 25 000 parcels which will require a change under this process in 2017.

      If the final number of parcels is less than the anticipated, the Client would expect the process and costs to be reviewed accordingly.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 640 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      If requirement needed once this contract ends.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      As per advised in the specification and tender documents.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      The initial contract term is 2 years, also option to extend for 1 plus 1 years. 640 000 GBP includes the contract extension periods; the cost for the initial 2 years is max. 320 000 GBP. Optional elements may be required by the Client as included in the specification and tender documents. Should the optional elements be required an additional budget of maximum 40 000 GBP per annum is available.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As per provided in the ITT and tender documents.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 16/03/2017
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English, Welsh
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 16/03/2017
      Local time: 14:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      Between 2 and 4 years if required again.

       

      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      E-Tender Information:

      https://etenderwales.bravosolution.co.uk

      — The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

      — Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

      — The User who performs the Registration becomes the Super User for the Organisation.

      — On registering on the Platform the Super User will select a Username and will receive a password.

      — The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

      — In order to log-in to the Platform please enter your Username and Password.

      — Note: If you forget your Password then visit the homepage and click ‘Forgot your password?’

      — Registration should only be performed once for each Organisation.

      — If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

      — Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

      — Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

      — Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

      — Tenders must be uploaded to the BravoSolution portal by 14:00.

      How To Find The ITT:

      — Once logged in you must click on ‘ITT's Open to all Suppliers’.

      — The e-tender references for this contract are: project_35374, itt_59749.

      — Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT's’ on the home page.

      — You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

      — Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly — Please do not contact the named person at the top of this notice.

      The initial contract term is 2 years with an option to extend for 1 plus 1 years. 640 000 GBP includes the contract extension periods; the value for the initial contract term is 320 000 GBP. Optional elements may be required by the Client as included in the specification and tender documents. Should the optional elements be required an additional budget of maximum 40 000 GBP per annum is available. All estimated cost figures are excluding VAT.

      Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=61750

      Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

      The approach to Community Benefits will be non-core.

      (WA Ref:61750).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Welsh Government
      Corporate Procurement Services, Cathays Park
      Cardiff
      CF10 3NQ
      United Kingdom
      Telephone: +44 3000628864

      Internet address:http://wales.gov.uk/?skip=1&lang=en

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      09/02/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 14.02.2017
Zuletzt aktualisiert 14.02.2017
Wettbewerbs-ID 2-256160 Status Kostenpflichtig
Seitenaufrufe 52