Contract award notice
Results of the procurement procedure
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000628864
E-mail: alun.richards@wales.gsi.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Replacement of Welsh Government Fisheries Enforcement Vessels
II.1.2) Main CPV code
34500000
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Government is seeking a fleet of three vessels to be used throughout the Welsh Zone including the St George’s Channel and Celtic Deep as well as inshore and intertidal waters. The three vessels envisaged will include a vessel not exceeding the 24m loadline length of the MCA Workboat Code designated Southern Fisheries Patrol Vessel SFPV, a vessel of no greater than 19m length overall designated Northern Fisheries Patrol Vessel NFPV, and a Cabin RIB of about 12m overall length designated C-RIB.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
6 668 935.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Southern Fisheries Patrol Vessel (SFPV)
II.2.2) Additional CPV code(s)
34511100
34510000
34500000
34512000
34521000
34521100
98360000
98362100
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client.
II.2.4) Description of the procurement
The SFPV vessel shall be used in the Welsh Zone but shall be capable of operating, in co-operation with the UK Royal Navy and other EU forces. Predominant area of operations will be the South, South-West and West of Wales with patrols extending out into the Celtic Deep including St George’s Channel. Being a year round activity, there will be unavoidable periods of very severe weather. The primary task for this vessel is to carry out patrol and boarding duties. The patrol and enforcement work would need to take account of weather conditions by planning, both in respect of the capability of the vessel on station but also with respect to RIB boarding possibilities.
II.2.5) Award criteria
Quality criterion: Technical response
/ Weighting: 50
Quality criterion: Project / Quality Management
/ Weighting: 20
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage.
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
The SFPV shall enforce fisheries and environmental legislation year round for monitoring and prevention of illegal fishing, recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets; operate a 6.5m RIB (Rigid Inflatable Boat) with a maximum of four (4) officers in Sea State 3-4,tow vessels up to a similar size.
Lot No: 2
II.2.1) Title
Northern Fisheries Patrol Vessel (NFPV)
II.2.2) Additional CPV code(s)
34511100
34500000
34510000
34512000
34521000
34521100
98360000
98362100
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client.
II.2.4) Description of the procurement
The NFPV will be used in the Welsh Zone but capable of operating, in co-operation with the UK Royal Navy and other EU forces. Predominant area of operations will be the North, North-West and West of Wales. Operation in the South West including the Celtic Deep is to be possible. Primary task of the vessel is to carry out patrol and boarding duties via a RIB. Other tasks will include intertidal fisheries, scientific, enforcement work around the coast of Wales. For intertidal work the vessel shall be able to proceed into shallow water and take the ground (predominantly soft sand). The vessel will refloat without damage once the tide returns. Power for operations, including ATV launch and recovery is required whilst the vessel is dry.
II.2.5) Award criteria
Quality criterion: Technical response
/ Weighting: 50
Quality criterion: Project / Quality Management
/ Weighting: 20
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage.
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
Conduct enforcement tasks year round for monitoring and prevention of illegal fishing: recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets; operate a 5m RIB (Rigid Inflatable Boat) with maximum of 3 officers in sea state 3. Tow vessels of a similar size. Beach and operate in sheltered intertidal regions for a period of tide. Deploy up to two ATVs.
Lot No: 3
II.2.1) Title
Cabin RIB (CRIB)
II.2.2) Additional CPV code(s)
34511100
98362100
98360000
34521100
34521000
34512000
34510000
34500000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The build process may take place in the successful contractor's own dockyard, or at a nominated location as agreed by the Client.
II.2.4) Description of the procurement
The C-RIB shall be used in the Welsh Zone but shall be capable of operating, in co-operation with the UK Royal Navy and other EU forces.Predominant area of operations will be around Aberystwyth in inshore waters 0-12nm and operating typically no further than 20nm offshore but capable of operating up to 60nm from a safe haven in line with Cat 2 coding, providing sustained autonomous operations up to one complete day, albeit refuelling after a journey of approximately 200nm may be undertaken.
II.2.5) Award criteria
Quality criterion: Technical response
/ Weighting: 50
Quality criterion: Project / Quality Management
/ Weighting: 20
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
The Client reserves the right to purchase additional parts and maintenance services as required to ensure successful delivery, handover and running of the vessel. These must be included in bidders' commercial offerings to be provided at ITT stage.
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
C-RIB will undertake enforcement tasks year round for monitoring and prevention of illegal fishing: recover, inspect, stow static and mobile fishing gears to include pots, drift nets, trawl nets (limited basis). In Sea States up to 3, go alongside, board active fishing vessels (4-30m in length), recover 2 officers to carry out inspections. Tow vessels of a similar size.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about 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:
2016/S 092-164329
Section V: Award of contract
Lot No: 1
Title: Southern Fisheries Patrol Vessel (SFPV)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/02/2017
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
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
Mainstay Marine Solutions
The Dockyard
Pembroke Dock
SA72 6TE
UK
NUTS: UK
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:
Total value of the contract/lot:
: 3 167 468.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Northern Fisheries Patrol Vessel (NFPV)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/02/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mainstay Marine Solutions
The Dockyard
Pembroke Dock
SA72 6TE
UK
NUTS: UK
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:
Total value of the contract/lot:
: 2 655 724.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Cabin RIB (CRIB)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/02/2017
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Marine Specialised Technology
Unit 2, Atlantic Way, Brunswick Business Park
Liverpool
L3 4BE
UK
NUTS: UKD52
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:
Total value of the contract/lot:
: 845 743.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
In addition to the Enforcement tasks the SFPV and NFPV vessels shall have capability to carry out Ancillary tasks as fisheries research, monitoring and scientific data collection involving survey and scientific duties deploying towed or fixed sensors. Most are slow speed duties with operational speeds between 1-6 knots. Typical tasks are: Multi-beam, Side scan sonar, Camerawork, Sampling, Dredging,Scientific trawl, Pot-hauling, Laboratory facilities and Intertidal survey work (NFPV only).
(WA Ref:63418)
VI.4) Procedures for review
VI.4.1) Review body
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000628864
Internet address(es)
URL: http://wales.gov.uk/?skip=1&lang=en
VI.5) Date of dispatch of this notice
07/03/2017