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