Section one: Contracting authority
one.1) Name and addresses
DAERA:Marine and Fisheries Division
Rathkeltair House, Market Street
Downpatrick
BT30 6aj
Contact
ssdadmin.cpdfinance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 electronically via
https://etendersni.gov.uk/epps
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://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 5489705 - DAERA Marine and Fisheries - Letting of Benthic Infaunal Analysis contract
Reference number
5489705
two.1.2) Main CPV code
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.1.3) Type of contract
Services
two.1.4) Short description
The Marine Monitoring and Assessment team (MMAT) within the Marine and Fisheries Division of DAERA has responsibility for protection of the marine environment. The analysis of benthic infaunal samples is a statutory requirement under The Water Environment (Water Framework Directive) Regulations (Northern Ireland) 2017 as one of the primary biological quality elements used to classify the ecological quality status of a given waterbody. Additionally benthic infaunal analysis may be required under related statutory instruments and agreements including, amongst others, the Marine Strategy Framework, The Water (Northern Ireland) Order 1999 and Licensing deposits in the sea under Part 4 of The Marine and Coastal Access Act 2009. DAERA – MMAT requires a supplier to provide analysis of benthic infaunal samples. Data generated from the analysis of these samples on behalf of the Marine Monitoring and Assessment team will support delivery of the relevant statutory monitoring and classification requirements and is submitted to the UK National database. The contract is for an initial period of 3 years from date of award, (envisaged to be 1 April 2025) to 31 March 2028. There are two (2) options to extend for a period of up to twelve (12) months each. Please refer to Tender Documents for full details.
two.1.5) Estimated total value
Value excluding VAT: £875,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 77700000 - Services incidental to fishing
- 77800000 - Aquaculture services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Marine Monitoring and Assessment team (MMAT) within the Marine and Fisheries Division of DAERA has responsibility for protection of the marine environment. The analysis of benthic infaunal samples is a statutory requirement under The Water Environment (Water Framework Directive) Regulations (Northern Ireland) 2017 as one of the primary biological quality elements used to classify the ecological quality status of a given waterbody. Additionally benthic infaunal analysis may be required under related statutory instruments and agreements including, amongst others, the Marine Strategy Framework, The Water (Northern Ireland) Order 1999 and Licensing deposits in the sea under Part 4 of The Marine and Coastal Access Act 2009. DAERA – MMAT requires a supplier to provide analysis of benthic infaunal samples. Data generated from the analysis of these samples on behalf of the Marine Monitoring and Assessment team will support delivery of the relevant statutory monitoring and classification requirements and is submitted to the UK National database. The contract is for an initial period of 3 years from date of award, (envisaged to be 1 April 2025) to 31 March 2028. There are two (2) options to extend for a period of up to twelve (12) months each. Please refer to Tender Documents for full details.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery Methodology / Weighting: 25.2
Quality criterion - Name: Team Experience / Weighting: 15.4
Quality criterion - Name: Standard Operating Procedures (SOP) / Weighting: 18.9
Quality criterion - Name: Social Value / Weighting: 10.5
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £875,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
the contract will be subject to renewal approximately April 2030
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract is for an initial period of 3 years from date of award, (envisaged to be 1 April 2025) to 31 March 2028. There are two (2) options to extend for a period of up to twelve (12) months 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the tender documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the tender documents
three.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 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
18 February 2025
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: 19 May 2025
four.2.7) Conditions for opening of tenders
Date
18 February 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: estimated to be April 2030
six.3) Additional information
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 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 twelve months from the date of issue of the certificate
six.4) Procedures for review
six.4.1) Review body
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.