Tender

ID - 5674464 DAERA - NIEA - REFRIGERATED AUTOSAMPLING UNITS CHEMICAL HIGH RESOLUTION MONITORING LOUGH NEAGH

  • DAERA

F02: Contract notice

Notice identifier: 2024/S 000-041115

Procurement identifier (OCID): ocds-h6vhtk-04c9f4

Published 20 December 2024, 9:39am



Section one: Contracting authority

one.1) Name and addresses

DAERA

17 Antrim Road

BELFAST

BT28 3AL

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

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 - 5674464 DAERA - NIEA - REFRIGERATED AUTOSAMPLING UNITS CHEMICAL HIGH RESOLUTION MONITORING LOUGH NEAGH

Reference number

5674464

two.1.2) Main CPV code

  • 77800000 - Aquaculture services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Agriculture, Environment and Rural Affairs (DAERA) published its Lough Neagh Action Plan in July 2024 and is planning to undertake a programme of high-resolution water quality sampling and analysis in Lough Neagh and its tributaries, fully co-ordinated with statutory (Water Framework Regulations) related surveillance programmes. This Lough Neagh programme is to include frequency real time water quality monitoring at the six Lough Neagh tributaries to guide the development and validation of new catchment-based models. The data for Lough Neagh and its tributaries will be collated into a single accessible IT enabled platform. When developed this platform should aim to provide near-real time water quality information to stakeholders and be a tool for behavioural change The Supplier must deliver the equipment by 31 March 2025 Please see ID 5674464 – Specification for full details. Due to the urgent nature of this requirement the ‘Accelerated Open’ procedure has been chosen in accordance with Regulation 27 (5) of the Public Contracts Regulations (as amended) which states “Where a state of urgency duly substantiated by the contracting authority renders impracticable the time limit laid down in paragraph (2), it may fix a time limit which shall be not less than 15 days from the date on which the contract notice is sent”

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)

  • 32441000 - Telemetry equipment
  • 35125100 - Sensors
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 90700000 - Environmental services
  • 90732920 - Phosphates pollution assessment
  • 90740000 - Pollutants tracking and monitoring and rehabilitation services
  • 90732900 - Nitrates and phosphates pollution assessment
  • 77800000 - Aquaculture services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Agriculture, Environment and Rural Affairs (DAERA) published its Lough Neagh Action Plan in July 2024 and is planning to undertake a programme of high-resolution water quality sampling and analysis in Lough Neagh and its tributaries, fully co-ordinated with statutory (Water Framework Regulations) related surveillance programmes. This Lough Neagh programme is to include frequency real time water quality monitoring at the six Lough Neagh tributaries to guide the development and validation of new catchment-based models. The data for Lough Neagh and its tributaries will be collated into a single accessible IT enabled platform. When developed this platform should aim to provide near-real time water quality information to stakeholders and be a tool for behavioural change The Supplier must deliver the equipment by 31 March 2025 Please see ID 5674464 – Specification for full details. Due to the urgent nature of this requirement the ‘Accelerated Open’ procedure has been chosen in accordance with Regulation 27 (5) of the Public Contracts Regulations (as amended) which states “Where a state of urgency duly substantiated by the contracting authority renders impracticable the time limit laid down in paragraph (2), it may fix a time limit which shall be not less than 15 days from the date on which the contract notice is sent”

two.2.5) Award criteria

Quality criterion - Name: AC1 Compliance with the Specification Schedule / Weighting: 0

Quality criterion - Name: AC2 Provision of a Technical Brochure and/or Supporting Technical Documentation / Weighting: 0

Quality criterion - Name: AC3 Supply and Quality Control / Weighting: 10

Cost criterion - Name: AC4 - Total Contract Price / Weighting: 90

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

60

This contract is subject to renewal

Yes

Description of renewals

There is the option to extend for 4 optional years (Years 2-5) for support and maintenance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, there are 4 options to extend for 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

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. 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will also be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per tender documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

This competition is being managed in accordance with the Public Contracts Regulations 2015 (as amended) and run using the Accelerated Open procedure. This is due to the urgent nature and the overarching AFBI project which is expected to commence 2025. The aim of selecting this procedure is to ensure the items are delivered before the end of the financial year to allow the AFBI Lough Neagh project to commence.

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

Place

Only CPD Procurement Staff with access to the project on eTendersNI.


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 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 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.