Contract

ID 5489705 - DAERA Marine and Fisheries - Letting of Benthic Infaunal Analysis contract

  • DAERA:Marine and Fisheries Division

F03: Contract award notice

Notice identifier: 2025/S 000-008978

Procurement identifier (OCID): ocds-h6vhtk-04d3fa (view related notices)

Published 12 March 2025, 1:26pm



Section one: Contracting authority

one.1) Name and addresses

DAERA:Marine and Fisheries Division

Rathkeltair House, Market Street

Downpatrick

BT30 6AJ

Contact

ssdadmin.cpdfinance-ni.gov.uk

Email

ssdadmin@cpdfinance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

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

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 5489705 - DAERA Marine and Fisheries - Letting of Benthic Infaunal Analysis contract

two.1.2) Main CPV code

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.1.3) Type of contract

Services

two.1.4) Short description

The Marine Monitoring and Assessment team (MMAT) within the Marine and Fisheries Division of DAERA has responsibility for protection of the marine environment. The analysis of benthic infaunal samples is a statutory requirement under The Water Environment (Water Framework Directive) Regulations (Northern Ireland) 2017 as one of the primary biological quality elements used to classify the ecological quality status of a given waterbody. Additionally benthic infaunal analysis may be required under related statutory instruments and agreements including, amongst others, the Marine Strategy Framework, The Water (Northern Ireland) Order 1999 and Licensing deposits in the sea under Part 4 of The Marine and Coastal Access Act 2009. DAERA – MMAT requires a supplier to provide analysis of benthic infaunal samples. Data generated from the analysis of these samples on behalf of the Marine Monitoring and Assessment team will support delivery of the relevant statutory monitoring and classification requirements and is submitted to the UK National database. The contract is for an initial period of 3 years from date of award, (envisaged to be 1 April 2025) to 31 March 2028. There are two (2) options to extend for a period of up to twelve (12) months each. Please refer to Tender Documents for full details.

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: £875,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 77700000 - Services incidental to fishing
  • 77800000 - Aquaculture services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Marine Monitoring and Assessment team (MMAT) within the Marine and Fisheries Division of DAERA has responsibility for protection of the marine environment. The analysis of benthic infaunal samples is a statutory requirement under The Water Environment (Water Framework Directive) Regulations (Northern Ireland) 2017 as one of the primary biological quality elements used to classify the ecological quality status of a given waterbody. Additionally benthic infaunal analysis may be required under related statutory instruments and agreements including, amongst others, the Marine Strategy Framework, The Water (Northern Ireland) Order 1999 and Licensing deposits in the sea under Part 4 of The Marine and Coastal Access Act 2009. DAERA – MMAT requires a supplier to provide analysis of benthic infaunal samples. Data generated from the analysis of these samples on behalf of the Marine Monitoring and Assessment team will support delivery of the relevant statutory monitoring and classification requirements and is submitted to the UK National database. The contract is for an initial period of 3 years from date of award, (envisaged to be 1 April 2025) to 31 March 2028. There are two (2) options to extend for a period of up to twelve (12) months each. Please refer to Tender Documents for full details.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery Methodology / Weighting: 25.2

Quality criterion - Name: Team Experience / Weighting: 15.4

Quality criterion - Name: Standing Operating Procedures SOP / Weighting: 18.9

Quality criterion - Name: Social Value / Weighting: 10.5

Cost criterion - Name: Total Contract Price / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The contract is for an initial period of 3 years from date of award, envisaged to be 1 April 2025 to 31 March 2028. There are two 2 options to extend for a period of up to twelve 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


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 000-001619


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

7 March 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

APEM LTD

Riverview

STOCKPORT

SK4 3GN

Email

tenders@apemltd.co.uk

Telephone

+44 1614428938

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: £875,000

Total value of the contract/lot: £194,098


Section six. Complementary information

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.