Tender

ID 5489705 - DAERA Marine and Fisheries - Letting of Benthic Infaunal Analysis contract

  • DAERA:Marine and Fisheries Division

F02: Contract notice

Notice identifier: 2025/S 000-001619

Procurement identifier (OCID): ocds-h6vhtk-04d3fa

Published 17 January 2025, 10:10am



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

Email

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.