Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DAERA — Marine Fisheries Division — Arrangement, Build and Delivery of a Catamaran Survey Vessel

  • First published: 14 December 2020
  • Last modified: 14 December 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department of Agriculture and Rural Development
Authority ID:
AA20969
Publication date:
14 December 2020
Deadline date:
13 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The current Research Vessel (RV) Capitella, owned and operated by DAERA, Marine and Fisheries Division, conducts the marine scientific work programme in compliance with the Department’s statutory and policy responsibilities. The client requires a replacement for RV Capitella which has reached the end of its service life. The new vessel must:

1) provide a medium term marine survey capability and innovative design solution (15-20 years);

2) be physically and technically capable of conducting multidisciplinary marine survey work;

3) maintain an emergency response capability (rapid response to marine pollution events);

4) demonstrate value for money.

The Maritime and Coastguard Agency (MCA) is the National Authority. The vessel is not classed and shall be certificated by any of the Certifying Authorities authorised under the Workboat Code Edition 2 (latest version).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs - Marine and Fisheries

17 Lisburn Road

Lisburn

BT28 3EL

UK

Contact person: SSDAdmin.CPDfinance-ni.gov.uk

E-mail: SSDAdmin.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.daera-ni.gov.uk

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DAERA — Marine Fisheries Division — Arrangement, Build and Delivery of a Catamaran Survey Vessel

Reference number: ID 2885317

II.1.2) Main CPV code

63000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The current Research Vessel (RV) Capitella, owned and operated by DAERA, Marine and Fisheries Division, conducts the marine scientific work programme in compliance with the Department’s statutory and policy responsibilities. The client requires a replacement for RV Capitella which has reached the end of its service life. The new vessel must:

1) provide a medium term marine survey capability and innovative design solution (15-20 years);

2) be physically and technically capable of conducting multidisciplinary marine survey work;

3) maintain an emergency response capability (rapid response to marine pollution events);

4) demonstrate value for money.

The Maritime and Coastguard Agency (MCA) is the National Authority. The vessel is not classed and shall be certificated by any of the certifying authorities authorised under the Workboat Code Edition 2 (latest version).

II.1.5) Estimated total value

Value excluding VAT: 820 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

63700000

63720000

63726800

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The current Research Vessel (RV) Capitella, owned and operated by DAERA, Marine and Fisheries Division, conducts the marine scientific work programme in compliance with the Department’s statutory and policy responsibilities. The client requires a replacement for RV Capitella which has reached the end of its service life. The new vessel must:

1) provide a medium term marine survey capability and innovative design solution (15-20 years);

2) be physically and technically capable of conducting multidisciplinary marine survey work;

3) maintain an emergency response capability (rapid response to marine pollution events);

4) demonstrate value for money.

The Maritime and Coastguard Agency (MCA) is the National Authority. The vessel is not classed and shall be certificated by any of the Certifying Authorities authorised under the Workboat Code Edition 2 (latest version).

II.2.5) Award criteria

Criteria below:

Quality criterion: AC1 Personnel experience / Weighting: 10.5

Quality criterion: AC2 Vessel design plan / Weighting: 5.6

Quality criterion: AC3 Vessel design — general arrangement / Weighting: 4.9

Quality criterion: AC4 Planned prpogramme schedule / Weighting: 14

Quality criterion: AC5 Project build strategy / Weighting: 14

Quality criterion: AC6 Project risk register / Weighting: 7

Quality criterion: AC7 Defect procedures / Weighting: 7

Quality criterion: AC8 Contract management / Weighting: 7

Cost criterion: AC9 Total contract cost / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 820 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The client will monitor the contractor’s performance as detailed in the Catamaran Survey Vessel Conditions of Contract Appendix VIII Contract management/monitoring schedule.

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/01/2021

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 tenderer must maintain the tender

Tender must be valid until: 13/04/2021

IV.2.7) Conditions for opening of tenders

Date: 13/01/2021

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Contract monitoring.

The successful Contractor’s performance on this contract will be managed as per the conditions of contract 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 3 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

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement.

As above

UK

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

09/12/2020

Coding

Commodity categories

ID Title Parent category
63726800 Research vessel services Miscellaneous water transport support services
63700000 Support services for land, water and air transport Supporting and auxiliary transport services; travel agencies services
63720000 Support services for water transport Support services for land, water and air transport
63000000 Supporting and auxiliary transport services; travel agencies services Transport and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
SSDAdmin.CPD@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.