Contract

ID 5422428 - DAERA AFBI - Charter of Fishing Vessels for Fisheries Science Partnership and Commercial Acoustic Pelagic Surveys

  • AFBI

F03: Contract award notice

Notice identifier: 2025/S 000-029974

Procurement identifier (OCID): ocds-h6vhtk-04be22 (view related notices)

Published 4 June 2025, 3:37pm



Section one: Contracting authority

one.1) Name and addresses

AFBI

18a Newforge Lane

Belfast

BT9 5PX

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.afbini.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

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 5422428 - DAERA AFBI - Charter of Fishing Vessels for Fisheries Science Partnership and Commercial Acoustic Pelagic Surveys

Reference number

5422428

two.1.2) Main CPV code

  • 90710000 - Environmental management

two.1.3) Type of contract

Services

two.1.4) Short description

AFBI is seeking to commission two fishing vessels to conduct surveys include all management, crew, victuals, and other services necessary. The Contract is divided into Lots based on survey type as follows and requires: Lot 1 - Fisheries Science Partnership Semi-Pelagic survey A vessel to carry out a semi-pelagic trawl survey with space to accommodate at least one scientist, and; Lot 2 - Commercial Acoustic Pelagic Survey A vessel to carry out an acoustic and pelagic trawl survey with space to accommodate at least three scientists. Fishing/surveys will be undertaken within the Irish Sea (ICES Area 6a and 7a, dependent on individual trial/survey). The Skipper must have experience of working the defined fishing gear in the defined area and have landed the targeted species for sale. The initial contract period is for 4 years with 2 further optional extension period of up to 1 year each. Please refer to the document entitled “ID 5422428 – Specification)” for full details of the requirement.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £522,580

two.2) Description

two.2.1) Title

Lot 1 - Fisheries Science Partnership Semi-Pelagic survey

Lot No

1

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 03310000 - Fish, crustaceans and aquatic products
  • 77700000 - Services incidental to fishing
  • 60651100 - Hire of sea-going vessels with crew
  • 63726700 - Fishing-vessel services
  • 60651000 - Hire of vessels with crew
  • 34513550 - Survey vessels
  • 34513000 - Fishing, emergency and other special vessels
  • 34513100 - Fishing vessels

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI is seeking to commission two fishing vessels to conduct surveys include all management, crew, victuals, and other services necessary. The Contract is divided into Lots based on survey type as follows and requires: Lot 1 - Fisheries Science Partnership Semi-Pelagic survey A vessel to carry out a semi-pelagic trawl survey with space to accommodate at least one scientist, and; Lot 2 - Commercial Acoustic Pelagic Survey A vessel to carry out an acoustic and pelagic trawl survey with space to accommodate at least three scientists. Fishing/surveys will be undertaken within the Irish Sea (ICES Area 6a and 7a, dependent on individual trial/survey). The Skipper must have experience of working the defined fishing gear in the defined area and have landed the targeted species for sale. The initial contract period is for 4 years with 2 further optional extension period of up to 1 year each. Please refer to the document entitled “ID 5422428 – Specification)” for full details of the requirement.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria Lots 1 and 2 / Weighting: 30

Cost criterion - Name: Total Contract Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The Buyer may extend the Contract for 2 optional periods of up to 1 year each by giving not less than 6 months’ notice in writing to the Supplier prior to the Expiry Date. The Conditions of the Contract shall apply throughout any such extended period.

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

The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

two.2) Description

two.2.1) Title

Lot 2 - Commercial Acoustic Pelagic Survey

Lot No

2

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 03310000 - Fish, crustaceans and aquatic products
  • 77700000 - Services incidental to fishing
  • 60651100 - Hire of sea-going vessels with crew
  • 63726700 - Fishing-vessel services
  • 60651000 - Hire of vessels with crew
  • 34513550 - Survey vessels
  • 34513000 - Fishing, emergency and other special vessels
  • 34513100 - Fishing vessels

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI is seeking to commission two fishing vessels to conduct surveys include all management, crew, victuals, and other services necessary. The Contract is divided into Lots based on survey type as follows and requires: Lot 1 - Fisheries Science Partnership Semi-Pelagic survey A vessel to carry out a semi-pelagic trawl survey with space to accommodate at least one scientist, and; Lot 2 - Commercial Acoustic Pelagic Survey A vessel to carry out an acoustic and pelagic trawl survey with space to accommodate at least three scientists. Fishing/surveys will be undertaken within the Irish Sea (ICES Area 6a and 7a, dependent on individual trial/survey). The Skipper must have experience of working the defined fishing gear in the defined area and have landed the targeted species for sale. The initial contract period is for 4 years with 2 further optional extension period of up to 1 year each. Please refer to the document entitled “ID 5422428 – Specification)” for full details of the requirement.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria Lots 1 and 2 / Weighting: 30

Cost criterion - Name: Total Contract Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The Buyer may extend the Contract for 2 optional periods of up to 1 year each by giving not less than 6 months’ notice in writing to the Supplier prior to the Expiry Date. The Conditions of the Contract shall apply throughout any such extended period.

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

The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


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: 2024/S 000-037880

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

Lot No

1

Title

Lot 1 - Fisheries Science Partnership Semi-Pelagic survey

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 June 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

ATLANTIC TRAWLERS KILKEEL LIMITED

Building 2 The Sidings Antrim Road

LISBURN

BT28 3AJ

Email

atlantic258@hotmail.co.uk

Telephone

+44 7711933575

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: £400,000

Total value of the contract/lot: £258,580


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - Commercial Acoustic Pelagic Survey

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 June 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

GLENLUCE FISHING CO. LIMITED

Stokes House 17-25 College Square East

BELFAST

BT1 6DH

Email

alanorr200@hotmail.com

Telephone

+44 7736549966

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: £300,000

Total value of the contract/lot: £264,000


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 for a period of three years from the date of issue.. . . "The Authority expressly reserves the rights:. . (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages.. . and in no circumstances will the Authority be liable for any costs incurred by candidates.". . This project will be used to progress the Government’s wider social, economic and environmental objectives..

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.