Contract

DAERA - Supply of a new Multibeam Sonar System

  • Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2022/S 000-003023

Procurement identifier (OCID): ocds-h6vhtk-02f7b5

Published 2 February 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

Dundonald House, Upper Newtownards Road, Ballymiscaw

BELFAST

BT4 3SB

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.daera-ni.gov.uk/

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

DAERA - Supply of a new Multibeam Sonar System

Reference number

3701356

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Marine and Fisheries Division of the Department of Agriculture, Environment and Rural Affairs requires a Contractor for the supply and installation of a complete multibeam echo system (MBES), comprising of the transmit transducers, the receive transducers, a positional and attitude correction system, a processing unit and a hydrographic workstation.

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: £273,796.64

two.2) Description

two.2.2) Additional CPV code(s)

  • 51430000 - Installation services of laboratory equipment
  • 38540000 - Machines and apparatus for testing and measuring
  • 38500000 - Checking and testing apparatus
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Marine and Fisheries Division of the Department of Agriculture, Environment and Rural Affairs requires a Contractor for the supply and installation of a complete multibeam echo system (MBES), comprising of the transmit transducers, the receive transducers, a positional and attitude correction system, a processing unit and a hydrographic workstation.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-028742


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

21 January 2022

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

KONGSBERG MARITIME LIMITED

Thermopylae House, Prospect Road, Arnhall Business Park

ABERDEEN

AB22 8GT

Email

km.sales@km.kongsberg.com

Telephone

+44 01224226500

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: £273,796.64

Total value of the contract/lot: £273,796.64


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial 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 complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.