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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
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.