Contract

ID 3812576 - DAERA Marine and Fisheries Division - FLIR Cameras for DAERA Marine Vessels

  • Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2022/S 000-003693

Procurement identifier (OCID): ocds-h6vhtk-0300c7

Published 9 February 2022, 10:54am



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

Dundonald House, Upper Newtownards Rd

BELFAST

BT4 3SB

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS 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.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 3812576 - DAERA Marine and Fisheries Division - FLIR Cameras for DAERA Marine Vessels

Reference number

3812576

two.1.2) Main CPV code

  • 38600000 - Optical instruments

two.1.3) Type of contract

Supplies

two.1.4) Short description

DAERA's Marine and Fisheries Division are seeking a Contractor to supply and fit Infra-Red Camera Systems to two department Marine vessels.

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: £365,260

two.2) Description

two.2.2) Additional CPV code(s)

  • 38650000 - Photographic equipment
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38651000 - Cameras

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA's Marine and Fisheries Division are seeking a Contractor to supply and fit Infra-Red Camera Systems to two department Marine vessels.

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: Yes

Identification of the project

Funded through EMFF (European Fisheries Fund)


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 000-031056

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


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

4 February 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

BOAT ELECTRICS ELECTRONICS LIMITED

Unit 4 Kyle Road

IRVINE

KA12 8LE

Email

mriain@boatelectrics.com

Telephone

+44 1292315355

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: £350,000

Total value of the contract/lot: £365,260


Section six. Complementary information

six.3) Additional information

The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). 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 this Contract may be terminated A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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

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.

UK

Country

United Kingdom