Tender

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

  • Agri-Food and Biosciences Institute AFBI

F02: Contract notice

Notice identifier: 2024/S 000-037880

Procurement identifier (OCID): ocds-h6vhtk-04be22

Published 22 November 2024, 3:56pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute 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://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

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.1.5) Estimated total value

Value excluding VAT: £700,000

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 - 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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Contract is for an initial period of 4 years with 2 further optional extension periods of up to1 year 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

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Contract is for an initial period of 3 years with 2 further optional extension periods of up to 1 year 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.2.2) Time limit for receipt of tenders or requests to participate

Date

13 January 2025

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: 13 April 2025

four.2.7) Conditions for opening of tenders

Date

13 January 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions.

six.3) Additional information

Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years.. . . Insert appropriate reservations of rights and disclaimers of liability here consider - e.g.. . "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.".

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 will comply with the Public Contracts Regulations 2015 (as amended) 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.