Contract

ID - 5674464 DAERA - NIEA - REFRIGERATED AUTOSAMPLING UNITS CHEMICAL HIGH RESOLUTION MONITORING LOUGH NEAGH

  • Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2025/S 000-001964

Procurement identifier (OCID): ocds-h6vhtk-04c9f4

Published 21 January 2025, 8:58am



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

17 Antrim Road

BELFAST

BT28 3AL

Email

ssdadmin.cpd@finance-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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID - 5674464 DAERA - NIEA - REFRIGERATED AUTOSAMPLING UNITS CHEMICAL HIGH RESOLUTION MONITORING LOUGH NEAGH

Reference number

ID 5674464

two.1.2) Main CPV code

  • 77800000 - Aquaculture services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Agriculture, Environment and Rural Affairs (DAERA) published its Lough Neagh Action Plan in July 2024 and is planning to undertake a programme of high-resolution water quality sampling and analysis in Lough Neagh and its tributaries, fully co-ordinated with statutory (Water Framework Regulations) related surveillance programmes. This Lough Neagh programme is to include frequency real time water quality monitoring at the six Lough Neagh tributaries to guide the development and validation of new catchment-based models. The data for Lough Neagh and its tributaries will be collated into a single accessible IT enabled platform. When developed this platform should aim to provide near-real time water quality information to stakeholders and be a tool for behavioural change The Supplier must deliver the equipment by 31 March 2025 Please see ID 5674464 – Specification for full details. Due to the urgent nature of this requirement the ‘Accelerated Open’ procedure has been chosen in accordance with Regulation 27 (5) of the Public Contracts Regulations (as amended) which states “Where a state of urgency duly substantiated by the contracting authority renders impracticable the time limit laid down in paragraph (2), it may fix a time limit which shall be not less than 15 days from the date on which the contract notice is sent”

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £82,400

two.2) Description

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 35125100 - Sensors
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 90700000 - Environmental services
  • 90732920 - Phosphates pollution assessment
  • 90740000 - Pollutants tracking and monitoring and rehabilitation services
  • 90732900 - Nitrates and phosphates pollution assessment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Department of Agriculture, Environment and Rural Affairs (DAERA) published its Lough Neagh Action Plan in July 2024 and is planning to undertake a programme of high-resolution water quality sampling and analysis in Lough Neagh and its tributaries, fully co-ordinated with statutory (Water Framework Regulations) related surveillance programmes. This Lough Neagh programme is to include frequency real time water quality monitoring at the six Lough Neagh tributaries to guide the development and validation of new catchment-based models. The data for Lough Neagh and its tributaries will be collated into a single accessible IT enabled platform. When developed this platform should aim to provide near-real time water quality information to stakeholders and be a tool for behavioural change The Supplier must deliver the equipment by 31 March 2025 Please see ID 5674464 – Specification for full details. Due to the urgent nature of this requirement the ‘Accelerated Open’ procedure has been chosen in accordance with Regulation 27 (5) of the Public Contracts Regulations (as amended) which states “Where a state of urgency duly substantiated by the contracting authority renders impracticable the time limit laid down in paragraph (2), it may fix a time limit which shall be not less than 15 days from the date on which the contract notice is sent”

two.2.5) Award criteria

Quality criterion - Name: AC1 - complicance with the specification / Weighting: 0

Quality criterion - Name: AC2 - Provision of a technical brochure / Weighting: 0

Quality criterion - Name: AC3 Supply and Quality Control / Weighting: 10

Cost criterion - Name: AC4 - Total Contract Price / Weighting: 90

two.2.11) Information about options

Options: Yes

Description of options

There is the option to extend for 4 optional years Years 2-5 for support and maintenance.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional 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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and

run using the Accelerated Open procedure. This is due to the urgent nature and the overarching AFBI project which is expected to commence 2025. The aim of selecting this procedure is to ensure the items are delivered before the end of the financial year to allow the AFBI Lough Neagh project to commence.

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-041115


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 January 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

LAB PROCESS INSTRUMENTATION LIMITED

2 Woostck Link

BELFAST

BT6 8DD

Email

info@lpiltd.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £82,400

Total value of the contract/lot: £82,400


Section six. Complementary information

six.3) Additional information

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..

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies

Belfast

Country

United Kingdom