Tender

AFBI – Supply, Delivery, Installation and Commissioning of Ballast Water Treatment Plant

  • AFBI

F02: Contract notice

Notice identifier: 2024/S 000-040840

Procurement identifier (OCID): ocds-h6vhtk-04c94e

Published 18 December 2024, 4:11pm



Section one: Contracting authority

one.1) Name and addresses

AFBI

18A Newforge Lane

BELFAST

BT9 5PX

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

AFBI – Supply, Delivery, Installation and Commissioning of Ballast Water Treatment Plant

Reference number

ID5103063

two.1.2) Main CPV code

  • 51000000 - Installation services (except software)

two.1.3) Type of contract

Services

two.1.4) Short description

AFBI require a Contractor for the installation of a Ballast Water Treatment Plant on the RV Corystes vessel. The purpose of this project is to ensure compliance with international regulations governing ballast water management, mitigating the transfer of invasive species and pollutants between ecosystems. The successful Contractor will be responsible for the design, installation, testing, and commissioning of the treatment plant.

two.1.5) Estimated total value

Value excluding VAT: £140,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38300000 - Measuring instruments
  • 38500000 - Checking and testing apparatus
  • 38430000 - Detection and analysis apparatus
  • 38432000 - Analysis apparatus
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44100000 - Construction materials and associated items

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

AFBI require a Contractor for the installation of a Ballast Water Treatment Plant on the RV Corystes vessel. The purpose of this project is to ensure compliance with international regulations governing ballast water management, mitigating the transfer of invasive species and pollutants between ecosystems. The successful Contractor will be responsible for the design, installation, testing, and commissioning of the treatment plant.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Cost / Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £140,000

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: No

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

27 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: 27 April 2025

four.2.7) Conditions for opening of tenders

Date

27 January 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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.

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 competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulation

UK

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