Section one: Contracting authority
one.1) Name and addresses
Agri Food and Bio sciences Insti tute
18A Newforge Lane
BELFAST
BT9 5PX
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
AFBI – Supply and delivery of Multiparameter water quality sondes and telemetry
Reference number
ID 5647421
two.1.2) Main CPV code
- 51200000 - Installation services of equipment for measuring, checking, testing and navigating
two.1.3) Type of contract
Services
two.1.4) Short description
AFBI are seeking to procure up to 17 multi-parameter water quality monitoring instruments (sondes) and telemetry in two batches. Batch 1 (up to 5 multi-parameter sondes with telemetry) will support for the Freshwater Fisheries section within AFBI FAEB and Batch 2 (up to 12 multi-parameter sondes and up to 6 telemetry units) will support the Oceanographic and Limnology section within AFBI FAEB. The Specifications for each batch are outlined in the Specification.
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: £250,000
two.2) Description
two.2.2) Additional CPV code(s)
- 38430000 - Detection and analysis apparatus
- 38432000 - Analysis apparatus
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
AFBI are seeking to procure up to 17 multi-parameter water quality monitoring instruments (sondes) and telemetry in two batches. Batch 1 (up to 5 multi-parameter sondes with telemetry) will support for the Freshwater Fisheries section within AFBI FAEB and Batch 2 (up to 12 multi-parameter sondes and up to 6 telemetry units) will support the Oceanographic and Limnology section within AFBI FAEB. The Specifications for each batch are outlined in the Specification.
two.2.5) Award criteria
Quality criterion - Name: Quality Criterion / Weighting: 10
Cost criterion - Name: Cost Criterion / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
This initial contract period is 12 months with 4 options to extend for the warranty of 12 months each
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
Please note in the interests of transparency a clerical error defaulted this notice as a services contract, for clarity it was a supplies competition and should be treated as such. 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. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
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 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 000-041242
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 2025
five.2.2) Information about tenders
Number of tenders received: 4
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: 4
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
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: £250,000
Total value of the contract/lot: £250,000
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 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 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.