Section one: Contracting authority
one.1) Name and addresses
Department of Environment, Agriculture and Rural Affairs
17 Antrim Road
Lisburn
BT28 3AL
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
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
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 5552389 DAERA - NIEA - Lough Neagh Inflowing River Investigations Monitoring Kit
Reference number
ID 5552389
two.1.2) Main CPV code
- 03000000 - Agricultural, farming, fishing, forestry and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Northern Ireland Environment Agency (NIEA) is an executive Agency of the Department of Agriculture, Environment and Rural Affairs (DAERA). The Water Management Unit (WMU) of the NIEA. The Freshwater Monitoring and Assessment (FMA) Group is required to monitor and classify surface waters. Surveillance, Operational and Investigative monitoring networks are well established on Northern Ireland’s lakes, reservoirs and rivers. The FMA wishes to purchase a suite of new age multiparameter sondes with Bluetooth and telemetered capability to improve the efficiency of the team, the reliability of the data produced, and the capability of Freshwater Investigations to deliver real time data from pollution investigations and monitoring.
two.1.5) Estimated total value
Value excluding VAT: £220,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32441000 - Telemetry equipment
- 35125100 - Sensors
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 90700000 - Environmental services
- 90732900 - Nitrates and phosphates pollution assessment
- 90732920 - Phosphates pollution assessment
- 90740000 - Pollutants tracking and monitoring and rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Northern Ireland Environment Agency (NIEA) is an executive Agency of the Department of Agriculture, Environment and Rural Affairs (DAERA). The Water Management Unit (WMU) of the NIEA. The Freshwater Monitoring and Assessment (FMA) Group is required to monitor and classify surface waters. Surveillance, Operational and Investigative monitoring networks are well established on Northern Ireland’s lakes, reservoirs and rivers. The FMA wishes to purchase a suite of new age multiparameter sondes with Bluetooth and telemetered capability to improve the efficiency of the team, the reliability of the data produced, and the capability of Freshwater Investigations to deliver real time data from pollution investigations and monitoring.
two.2.5) Award criteria
Quality criterion - Name: AC1 Supply, Warranty and Support / Weighting: 50
Cost criterion - Name: AC2 Total Contract Price / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £220,000
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
There are four additional optional warranty periods of up to 12 months following the end of the initial contract duration.
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 1.5 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.2.2) Time limit for receipt of tenders or requests to participate
Date
23 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: 23 April 2025
four.2.7) Conditions for opening of tenders
Date
23 January 2025
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 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 CPD for further action. If this occurs and your performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at your. expense as provided for in the Mid-Tier 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. 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. 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. Postal address
Belfast
Country
United Kingdom