Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Infrastructure
James House 2 - 4 Cromac Avenue
BELFAST
BT7 2JA
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
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 5332920 - DfI - Specialist Marine Consultant 2024-29
Reference number: 5332920
II.1.2) Main CPV code
98360000
II.1.3) Type of contract
Services
II.1.4) Short description
The Client requires a Contractor for specialist marine engineering and naval architecture expertise to ensure that issues can be assessed and appropriately dealt with in a timely manner thus reducing the risk of delays or disruption in ferry services. Further details are available in the document titled “ID 5332920 Specification”.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
302 289.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
73112000
71354500
90712300
90713000
73000000
73200000
73210000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client requires a Contractor for specialist marine engineering and naval architecture expertise to ensure that issues can be assessed and appropriately dealt with in a timely manner thus reducing the risk of delays or disruption in ferry services. Further details are available in the document titled “ID 5332920 Specification”.
II.2.5) Award criteria
Quality criterion: AC1 Personnel Experience
/ Weighting: 24.5
Quality criterion: AC2 Service Delivery
/ Weighting: 21
Quality criterion: AC3 Contract Management
/ Weighting: 12.6
Quality criterion: AC4 Social Value
/ Weighting: 11.9
Cost criterion: AC5 Cost
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend the contract for two further periods of one year each
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
Option to extend the contract for two further periods of one year each
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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:
2025/S 000-003110
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section V: Award of contract
Contract No: 1
Title: ID 5332920 - DfI - Specialist Marine Consultant 2024-29
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/04/2025
V.2.2) Information about tenders
Number of tenders received: 2
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: 1
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
VECTIS MARINE DESIGN LIMITED
3 Manor Court, Segensworth East
FAREHAM
PO15 5TH
UK
E-mail: andrew@vectismarine.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
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:
: 302 289.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract Monitoring. The successful Supplier’s performance on the contract will be regularly monitored in line with the tender documentation. Supplier's not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Supplier 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Supplier 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 three years from the date of issue.
VI.4) Procedures for review
VI.4.1) Review body
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.
uk
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 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
16/04/2025