Contract

ID 5552389 DAERA - NIEA - Lough Neagh Inflowing River Investigations Monitoring Kit

  • Department of Environment Agriculture and Rural Affairs

F03: Contract award notice

Notice identifier: 2025/S 000-003661

Procurement identifier (OCID): ocds-h6vhtk-04c74b

Published 4 February 2025, 2:18pm



Section one: Contracting authority

one.1) Name and addresses

Department of Environment Agriculture and Rural Affairs

17 Antrim Road

Lisburn

BT28 3AL

Email

nieainfo@daera-ni.gov.uk

Country

United Kingdom

Region code

UKN - Northern Ireland

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 5552389 DAERA - NIEA - Lough Neagh Inflowing River Investigations Monitoring Kit

Reference number

ID 5552389

two.1.2) Main CPV code

  • 03000000 - Agricultural, farming, fishing, forestry and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Northern Ireland Environment Agency (NIEA) is an executive Agency of the Department of Agriculture, Environment and Rural Affairs (DAERA). The Water Management Unit (WMU) of the NIEA. The Freshwater Monitoring and Assessment (FMA) Group is required to monitor and classify surface waters. Surveillance, Operational and Investigative monitoring networks are well established on Northern Ireland’s lakes, reservoirs and rivers. The FMA wishes to purchase a suite of new age multiparameter sondes with Bluetooth and telemetered capability to improve the efficiency of the team, the reliability of the data produced, and the capability of Freshwater Investigations to deliver real time data from pollution investigations and monitoring.

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: £223,768.78

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
  • 90732900 - Nitrates and phosphates pollution assessment
  • 90732920 - Phosphates pollution assessment
  • 90740000 - Pollutants tracking and monitoring and rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Environment Agency (NIEA) is an executive Agency of the Department of Agriculture, Environment and Rural Affairs (DAERA). The Water Management Unit (WMU) of the NIEA. The Freshwater Monitoring and Assessment (FMA) Group is required to monitor and classify surface waters. Surveillance, Operational and Investigative monitoring networks are well established on Northern Ireland’s lakes, reservoirs and rivers. The FMA wishes to purchase a suite of new age multiparameter sondes with Bluetooth and telemetered capability to improve the efficiency of the team, the reliability of the data produced, and the capability of Freshwater Investigations to deliver real time data from pollution investigations and monitoring.

two.2.5) Award criteria

Quality criterion - Name: AC1 Supply, Warranty and Support / Weighting: 50

Cost criterion - Name: AC2 Total Contract Price / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

There are 4 options to extend for 12 months on each occasion for supportand maintenance warranty.

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: 2024/S 000-039994


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

30 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

IN-SITU EUROPE LTD.

Unit 4 179-189 Stratford Road

SOLIHULL

B90 3AU

Email

tstone@in-situ.com

Telephone

+44 1217337743

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: £220,000

Total value of the contract/lot: £223,768.78


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 official review body

Belfast

Country

United Kingdom