Section one: Contracting authority
one.1) Name and addresses
Agri-Food and Biosciences Institute NI
18A Newforge Lane
BELFAST
BT3 9ED
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.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
AFBI – Supply, Delivery, Installation and Commissioning of Ballast Water Treatment Plant
Reference number
ID5103063
two.1.2) Main CPV code
- 51000000 - Installation services (except software)
two.1.3) Type of contract
Services
two.1.4) Short description
AFBI require a Contractor for the installation of a Ballast Water Treatment Plant on the RV Corystes vessel. The purpose of this project is to ensure compliance with international regulations governing ballast water management, mitigating the transfer of invasive species and pollutants between ecosystems. The successful Contractor will be responsible for the design, installation, testing, and commissioning of the treatment plant.
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: £185,000
two.2) Description
two.2.2) Additional CPV code(s)
- 38300000 - Measuring instruments
- 38500000 - Checking and testing apparatus
- 38430000 - Detection and analysis apparatus
- 38432000 - Analysis apparatus
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44100000 - Construction materials and associated items
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
AFBI require a Contractor for the installation of a Ballast Water Treatment Plant on the RV Corystes vessel. The purpose of this project is to ensure compliance with international regulations governing ballast water management, mitigating the transfer of invasive species and pollutants between ecosystems. The successful Contractor will be responsible for the design, installation, testing, and commissioning of the treatment plant.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Cost criterion - Name: Cost / Weighting: 80
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: 2025/S 000-040840
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
11 March 2025
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Norwegian Greentech AS
Mjølstadnesvegen 22
FOSNAVÅG
6092
Telephone
+47 70080140
Country
Norway
NUTS code
- NO - Norway
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: £185,000
Total value of the contract/lot: £185,000
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance will be managed as per the specification and regularly monitored . 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 your performance does not improve to satisfactory levels within the specified period this can be considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice.. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice.. of. Unsatisfactory. Performance may, in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future. public. procurement competitions for a period of up to three years
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulation
UK
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.