web-banner-marketing2

Market Leads & Opportunities

United Kingdom-BELFAST: ID 3632855 DAERA – FAEB EMSD – High-resolution optical benthic monitoring equipment for marine blue carbon assessment – provision, training and support.

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-028631/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid

Contract notice
Supplies

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
Telephone: +44 2890255636
Email: SSDAdmin.CPD@finance-ni.gov.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:
electronically via:
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: ID 3632855 DAERA – FAEB EMSD – High-resolution optical benthic monitoring equipment for marine blue carbon assessment – provision, training and support.
II.1.2) Main CPV code: 38000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: As part of a strategic capital investment in the assessment and monitoring of carbon transport, storage and fluxes into and out of Northern Ireland’s benthic environments AFBI is seeking to procure a suite of new equipment to support field sampling, remote monitoring and laboratory analysis. Lot 1 – Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems
II.1.5) Estimated total value:
Value excluding VAT: 288050.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
II.2) Description
II.2.1) Title: Lot 1 – Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System

Lot No:1
II.2.2) Additional CPV code(s)
38500000, 38540000, 38900000, 38970000, 51430000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
As part of a strategic capital investment in the assessment and monitoring of carbon transport, storage and fluxes into and out of Northern Ireland’s benthic environments AFBI is seeking to procure a suite of new equipment to support field sampling, remote monitoring and laboratory analysis. Lot 1 – Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 144025.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
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 yes
Description of options: Up to 4 years

II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Qualitative Criteria. C1 – Tenderers are required to confirm Compliance with the Minimum Functional Requirements as detailed in the specification. C2 – Tenderers are required to upload a technical brochure and/or supporting technical documentation that outlines the capabilities of the system they are offering to verify compliance with the minimum functional requirements detailed in the Specification

II.2.1) Title: Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems

Lot No:2
II.2.2) Additional CPV code(s)
38500000, 38540000, 38900000, 38970000, 51430000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
As part of a strategic capital investment in the assessment and monitoring of carbon transport, storage and fluxes into and out of Northern Ireland’s benthic environments AFBI is seeking to procure a suite of new equipment to support field sampling, remote monitoring and laboratory analysis. Lot 1 – Supply, Delivery and Servicing of Hyperspectral Camera / Imaging System that integrates with AFBI Camera Deployments System Lot 2 – Supply, Delivery and Servicing of an Underwater 3D Scanning Laser System to integrate with AFVI Camera Deployment Systems
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 144025.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
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 yes
Description of options: Up to 4 years

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Qualitative Criteria. . C1 – Tenderers are required to confirm Compliance with the Minimum Functional Requirements as detailed in the specification. . C2 – Tenderers are required to upload a technical brochure and/or supporting technical documentation that outlines the capabilities of the system they are offering to verify compliance with the minimum functional requirements detailed in the Specification

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation

III.2.2) Contract performance conditions: The Client will monitor the Contractor’s performance against the specified KPIs and as detailed in the Commercial Conditions of Contract Schedule 3 Contract Management/Monitoring Schedule.

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: 2021-12-16 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:2022-03-16
IV.2.7) Conditions for opening tenders
Date: 2021-12-16 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per the specification and regularly. monitored (see Procurement Guidance Note 01/12 – Contract Management – Procedures and Principles). 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 this Contract may be terminated. A. central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor. in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three. years from the date of issue of the Notice. It may also 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement.
Town: As above
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:2021-11-16