web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Marine equipment

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 188-337113/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Agri-Food and Biosciences Institute
Postal address: 18a Newforge Lane
Town: Belfast
Postal code: BT9 5PX
Country: United Kingdom
Email: patrice.mcpolin@finance-ni.gov.uk
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: AFBI — The Supply, Installation and Commissioning of Replacement Marine Variable Speed Drives and Thyristor Convertors for the Propulsion Motors on AFBI Research Vessel Corystes.
II.1.2) Main CPV code: 34930000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: AFBI, the Agri-Food and Biosciences Institute is one of the world’s leading providers of scientific research and services to government, non-government and commercial organisations. With a unique breadth of facilities and scientific capability in marine and freshwater fisheries, agriculture, animal health, food, environmental sciences and economics AFBI conducts a wide range of valuable projects for both the public and private sectors. As part of our marine fisheries and environmental science facilities AFBI owns and operates a purpose built 53 meter diesel electric research vessel ‘Corystes’. The vessel is operated from the port of Belfast and has a year round capability that enables AFBI to pursue an integrated marine science programme in Northern Ireland’s coastal waters, the Irish Sea and adjacent sea areas. The vessel management, manning and maintenance is outsourced and presently contracted to Heyn Engineering Belfast.
II.1.5) Estimated total value:
Value excluding VAT: 450000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45244100, 50240000, 50241000, 50243000, 50245000

II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
AFBI, the Agri-Food and Biosciences Institute is one of the world’s leading providers of scientific research and services to government, non-government and commercial organisations. With a unique breadth of facilities and scientific capability in marine and freshwater fisheries, agriculture, animal health, food, environmental sciences and economics AFBI conducts a wide range of valuable projects for both the public and private sectors. As part of our marine fisheries and environmental science facilities AFBI owns and operates a purpose built 53 meter diesel electric research vessel ‘Corystes’. The vessel is operated from the port of Belfast and has a year round capability that enables AFBI to pursue an integrated marine science programme in Northern Ireland’s coastal waters, the Irish Sea and adjacent sea areas. The vessel management, manning and maintenance is outsourced and presently contracted to Heyn Engineering Belfast.
II.2.5) Award criteria

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

II.2.6) Estimated value:
Value excluding VAT: 450000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-11-07 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2017-02-05
IV.2.7) Conditions for opening tenders
Date: 2016-11-07 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The figure indicated in II.1.5 represents the upper limit of an estimated contract value which ranges from 300 000 GBP to 450 000 GBP. This range. reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future. operational requirements. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic. operators when submitting a bid for this competition. In addition, neither CPD nor the Authority can provide any guarantee as to the. level of business under this contract.. Contractors not delivering on contract requirements are 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 Certificate of. Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 twelve months from the date of issue of the certificate.” 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..
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures
Town: UK
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures
Town: UK
Country: United Kingdom

VI.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.

VI.5) Date of dispatch of this notice:2016-09-26