Scope
Reference
6221637
Description
AFBI requires the supply and delivery of 5 data buoys with associated sensor packages, and 7 stand-alone Temperature and Dissolved Oxygen Loggers.
Both the integrated data buoys and the temperature DO loggers will require appropriate software and technical support for an initial contract period of three years as a minimum.
This contract will be divided into 2 separate Lots for the provision of the Data Buoys and the Loggers, as detailed below. Please note that ALL instrumentation supplied under Lot 1 must be able to operate (maintain autonomous power) for minimum of three months and reliably telemeter data from any location in Lough Neagh (Note; GSM network cover is poor in many areas of Lough Neagh).
Lot 1 - Supply, Delivery, Support and Maintenance of 5 Data Buoys and Associated Instruments, comprising of
Part A - Two (2) Fully Instrumented Data Buoys with a comprehensive sensor package.
Part A will be purchased upon Contract Award, delivery of Part A to AFBI's Fisheries and Aquatic Ecosystems Branch, Newforge Lane, Belfast, BT9 5PX must be completed by 31/03/26.
Part B - Three (3) Basic Instrumented Data Buoys, without plankton and nutrient sensors It is anticipated that Part B will be ordered during the 2026/2027 Financial Year
Lot 2 - Supply, Delivery and Software Support of Seven (7) stand-alone Temperature and Dissolved Oxygen (DO) Loggers Lot 2 will be purchased on Contract Award, delivery to AFBI's Fisheries and Aquatic Ecosystems Branch, Newforge Lane, Belfast, BT9 5PX must be completed by 31/03/26
Suppliers are permitted to tender for either or both Lots. Both Lots will be evaluated and awarded separately. Suppliers must provide all instruments and meet all requirements as listed in the detailed requirements of this Specification document for the Lot(s) they are awarded, for the duration of the contract period.
Please refer to the Specification document for full details.
Total value (estimated)
- £629,620 excluding VAT
- £755,544 including VAT
Above the relevant threshold
Main procurement category
Goods
CPV classifications
- 32441000 - Telemetry equipment
- 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
- 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
- 34515100 - Marker buoys
- 50246200 - Buoy maintenance services
- 50246300 - Repair and maintenance services of floating structures
- 50246400 - Repair and maintenance services of floating platforms
- 63724310 - Buoy marking services
- 63724300 - Buoy positioning services
- 34930000 - Marine equipment
- 98360000 - Marine services
- 98362100 - Marine-base support services
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 73112000 - Marine research services
- 71354000 - Map-making services
- 71354500 - Marine survey services
Contract locations
- UKN - Northern Ireland
Lot constraints
Description of how multiple lots may be awarded:
Both Lots will be evaluated and awarded separately. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver the services in the event that they are successful in more than one Lot.
Not the same for all lots
Contract dates and options are shown in Lot sections, because they are not the same for all lots.
Lot 1. Supply, Delivery, Support and Maintenance of 5 Data Buoys and Associated Instruments
Description
Lot 1 - Supply, Delivery, Support and Maintenance of 5 Data Buoys and Associated Instruments, comprising of;
Part A - Two (2) Fully Instrumented Data Buoys with a comprehensive sensor package, as detailed below
Part B - Three (3) Basic Instrumented Data Buoys, without plankton and nutrient sensors
Part A will be purchased upon Contract Award, it is anticipated Part B will be ordered during the 2026/2027 Financial Year
Lot value (estimated)
- £494,050 excluding VAT
- £592,860 including VAT
Contract dates (estimated)
- 2 February 2026 to 30 March 2030
- Possible extension to 30 March 2032
- 6 years, 1 month, 29 days
Description of possible extension:
The Buyer may extend the Contract for a period of:
- Software Support and Maintenance - up to 2 years (1+1) (as detailed in the Specification document)
- Hardware Warranty up to 4 years (1+1+1+1) (as detailed in the Specification document)
by giving not less than 10 Working Days' notice in writing to the Supplier prior to the Expiry Date.
These extension periods will be used for, where applicable, for extended warranty and software packages.
Maximum overall end date of the contract is 31 March 2031 for Lot 1 Part A and on the date 5 years following delivery for Lot 1 Part B.
The Conditions of the Contract shall apply throughout any such extended period.
Options
The right to additional purchases while the contract is valid.
This contract provides the Buyer with the option to purchase additional sensors priced for individually in the Pricing Schedule
Same for all lots
CPV classifications and contract locations are shown in the Scope section, because they are the same for all lots.
Lot 2. Supply, Delivery and Software Support of Seven (7) stand-alone Temperature and Dissolved Oxygen (DO) Loggers
Description
Lot 2 - Supply, Delivery and Software Support of Seven (7) stand-alone Temperature and Dissolved Oxygen (DO) Loggers
Lot 2 will be purchased on Contract Award
Lot value (estimated)
- £135,570 excluding VAT
- £162,684 including VAT
Contract dates (estimated)
- 2 February 2026 to 30 March 2027
- Possible extension to 30 March 2031
- 5 years, 1 month, 29 days
Description of possible extension:
The Buyer may extend the Contract for a period of:
- Hardware Warranty up to 4 years (1+1+1+1) (as detailed in the Specification document)
by giving not less than 10 Working Days' notice in writing to the Supplier prior to the Expiry Date.
These extension periods will be used for the extended warranty package.
Maximum overall end date of the contract is 31 March 2031.
The Conditions of the Contract shall apply throughout any such extended period.
Same for all lots
CPV classifications and contract locations are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. Supply, Delivery, Support and Maintenance of 5 Data Buoys and Associated Instruments
Lot 2. Supply, Delivery and Software Support of Seven (7) stand-alone Temperature and Dissolved Oxygen (DO) Loggers
N/A
Technical ability conditions of participation
Lot 1. Supply, Delivery, Support and Maintenance of 5 Data Buoys and Associated Instruments
Lot 2. Supply, Delivery and Software Support of Seven (7) stand-alone Temperature and Dissolved Oxygen (DO) Loggers
As per Tender documentation.
Particular suitability
Lot 1. Supply, Delivery, Support and Maintenance of 5 Data Buoys and Associated Instruments
Lot 2. Supply, Delivery and Software Support of Seven (7) stand-alone Temperature and Dissolved Oxygen (DO) Loggers
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
9 January 2026, 3:00pm
Tender submission deadline
16 January 2026, 3:00pm
Submission address and any special instructions
Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.
Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.
The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
23 January 2026
Award criteria
Lot 1. Supply, Delivery, Support and Maintenance of 5 Data Buoys and Associated Instruments
| Name | Description | Type |
|---|---|---|
| AC1 Compliance with the Specification Schedule | Pass/Fail |
Quality |
| AC2 - 5 (Five) x Data-Buoy Systems (Or alternative 'Pontoon-Based System') as detailed in the Specification | Pass/Fail |
Quality |
| AC3 - 5 (Five) x Meteorological Stations as detailed in the Specification | Pass/Fail |
Quality |
| AC4 -10 (Ten) x Wiped Multi-Parameter Water Quality Sondes, (2 to be integrated on each Buoy) as detailed in the Specification | Pass/Fail |
Quality |
| AC5 -2 (Two) x Integrated, Wiped Optical Plankton Instruments (1 to be integrated on each Lot 1 Part A Buoy), as detailed in the Specification | Pass/Fail |
Quality |
| AC6 -2 (Two) x Integrated, Wiped Optical Sensors, capable of delivering Nitrate measurements (1 to be integrated on each Lot 1 Part A Buoy), as detailed in the Specification | Pass/Fail |
Quality |
| AC7 - Software System/Package | 19.8 Percent |
Quality |
| AC8 - Supply, Delivery and Quality Control | 10.2 Percent |
Quality |
| AC9 - Total Contract Price | 70 Percent |
Price |
Weighting description
30 percent quality and 70 percent cost.
This competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria.
Lot 2. Supply, Delivery and Software Support of Seven (7) stand-alone Temperature and Dissolved Oxygen (DO) Loggers
| Name | Description | Type |
|---|---|---|
| AC1 - Compliance with the Specification Schedule | Pass/Fail |
Quality |
| AC2 - Provision of a Technical Brochure and/or Supporting Technical Documentation | Pass/Fail |
Quality |
| AC3 - Total Contract Price | 100 Percent |
Price |
Weighting description
100 percent cost.
This competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria.
Other information
Payment terms
For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice
Contract Value
The estimated value figure indicated in the Scope Section represents an overall 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 contracting 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. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier 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 a Supplier 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.
Description of risks to contract performance
Exclusions
If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded.
The Contracting 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.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Agri-Food and Biosciences InstitutePublic Procurement Organisation Number: PBLN-5294-NVHZ
- Public Procurement Organisation Number: PBLN-5294-NVHZ
18a Newforge Lane
Belfast
BT9 5PX
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
CPD - Supplies & Services Division
Summary of their role in this procurement: Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland
- Public Procurement Organisation Number: PVWG-8426-YWXV
Clare House 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast