Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
17 Antrim Road
BELFAST
BT28 3AL
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
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