Opportunity

ID 3632855 DAERA - FAEB EMSD - High-resolution optical benthic monitoring equipment for marine blue carbon assessment – provision, training and support.

  • Agri-Food and Biosciences Institute

F02: Contract notice

Notice reference: 2021/S 000-028631

Published 16 November 2021, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

18a Newforge Lane

BELFAST

BT9 5PX

Email

SSDAdmin.CPD@finance-ni.gov.uk

Telephone

+44 2890255636

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://www.afbini.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

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 3632855 DAERA - FAEB EMSD - High-resolution optical benthic monitoring equipment for marine blue carbon assessment – provision, training and support.

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

As part of a strategic capital investment in the assessment and monitoring of carbon transport, storage and fluxes into and out of Northern Ireland’s benthic environments AFBI is seeking to procure a suite of new equipment to support field sampling, remote monitoring and laboratory analysis. Lot 1 - Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems

two.1.5) Estimated total value

Value excluding VAT: £288,050

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 - Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System

Lot No

1

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator
  • 51430000 - Installation services of laboratory equipment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

As part of a strategic capital investment in the assessment and monitoring of carbon transport, storage and fluxes into and out of Northern Ireland’s benthic environments AFBI is seeking to procure a suite of new equipment to support field sampling, remote monitoring and laboratory analysis. Lot 1 - Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £144,025

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Up to 4 years

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Qualitative Criteria. C1 - Tenderers are required to confirm Compliance with the Minimum Functional Requirements as detailed in the specification. C2 - Tenderers are required to upload a technical brochure and/or supporting technical documentation that outlines the capabilities of the system they are offering to verify compliance with the minimum functional requirements detailed in the Specification

two.2) Description

two.2.1) Title

Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38970000 - Research, testing and scientific technical simulator
  • 51430000 - Installation services of laboratory equipment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

As part of a strategic capital investment in the assessment and monitoring of carbon transport, storage and fluxes into and out of Northern Ireland’s benthic environments AFBI is seeking to procure a suite of new equipment to support field sampling, remote monitoring and laboratory analysis. Lot 1 - Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £144,025

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Up to 4 years

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

Qualitative Criteria. . C1 - Tenderers are required to confirm Compliance with the Minimum Functional Requirements as detailed in the specification. . C2 - Tenderers are required to upload a technical brochure and/or supporting technical documentation that outlines the capabilities of the system they are offering to verify compliance with the minimum functional requirements detailed in the Specification


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Client will monitor the Contractor’s performance against the specified KPIs and as detailed in the Commercial Conditions of Contract Schedule 3 Contract Management/Monitoring Schedule.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

16 December 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 16 March 2022

four.2.7) Conditions for opening of tenders

Date

16 December 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Contract Monitoring. 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 special review body with responsibility for appeal/mediation procedures in public procurement.

As above

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.