Section one: Contracting authority
one.1) Name and addresses
Agri-Food and Biosciences Institute
18a Newforge Lane
BELFAST
BT9 5PX
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
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.