web-banner-marketing2

Market Leads & Opportunities

United Kingdom-BELFAST: DAERA – Supply of a new Multibeam Sonar System

Type of document: Contract award
Country: United Kingdom
Publication Ref: (2022/S 000-003023/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable

Contract award notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Department of Agriculture, Environment and Rural Affairs
Postal address: Dundonald House, Upper Newtownards Road, Ballymiscaw
Town: BELFAST
Postal code: BT4 3SB
Country: United Kingdom
Email: SSDAdmin.CPD@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

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: DAERA – Supply of a new Multibeam Sonar System

Reference number: 3701356
II.1.2) Main CPV code: 38000000
II.1.3) Type of contract Supplies
II.1.4) Short Description: The Marine and Fisheries Division of the Department of Agriculture, Environment and Rural Affairs requires a Contractor for the supply and installation of a complete multibeam echo system (MBES), comprising of the transmit transducers, the receive transducers, a positional and attitude correction system, a processing unit and a hydrographic workstation.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:273796.64
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 51430000
Main CPV code: 38540000
Main CPV code: 38500000
Main CPV code: 38900000
Main CPV code: 38970000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
The Marine and Fisheries Division of the Department of Agriculture, Environment and Rural Affairs requires a Contractor for the supply and installation of a complete multibeam echo system (MBES), comprising of the transmit transducers, the receive transducers, a positional and attitude correction system, a processing unit and a hydrographic workstation.

II.2.5)Award criteria

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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2021/S 000-028742
Section V: Award of contract
Contract No: 1
Title: Contract

A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2022-01-21
V.2.2) Information about tenders
Number of tenders received:1
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:1
Number of tenders received by electronic means:1
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: KONGSBERG MARITIME LIMITED
Postal address: Thermopylae House, Prospect Road, Arnhall Business Park
Town: ABERDEEN
Postal code: AB22 8GT
Country: United Kingdom
Telephone: +44 01224226500
Email: km.sales@km.kongsberg.com
Nuts code:
Internet address:
The contractor is an SME yes

V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 273796.64
Total value of the contract/lot:273796.64
Currency:GBP

Section VI: Complementary information
VI.3) Additional information:
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 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.
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. 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.
Town: Belfast
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.

VI.5) Date of dispatch of this notice:
2022-02-02