Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department Of Agriculture Environment And Rural Affairs
Klondyke Building Cromic Avenue Gasworks Business Park Lower Ormeau Road
BELFAST
BT7 2JA
UK
Contact person: Procurement Operations Branch
Telephone: +44 2890816555
E-mail: consturctinfo@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.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Harbour and Fisheries
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DAERA 4430785 Appointment Of An Economic Operator Team (Eot) For Kilkeel Harbour Works
II.1.2) Main CPV code
71311000
II.1.3) Type of contract
Services
II.1.4) Short description
The objective of this procurement process is to appoint an Economic Operator Team (EOT) who will actively develop the Client’s brief in relation to the creation of a new outer harbour designed to faciitate the safe navigation, berthing and unloading of pelagic fishing vessels up to 86m in length; 17m in breadth; 8.5m draft and GRT 4000T. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 as identified in Call for Tender contract documentation and information. The EOT shall develop the design to RIBA (2020) Stage 3 Exemplar Developed Design before appointing and managing an Integrated Supply Team (IST) to further develop the detail / technical design and deliver the project throughout all remaining RIBA Plan of Work Stages 4 - 7. For a complete description of this procurement please refer to CfT contract documents and draft Scope Parts A and B.
II.1.5) Estimated total value
Value excluding VAT:
4 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71541000
71312000
71324000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Kilkeel Harbour
II.2.4) Description of the procurement
The objective of this procurement process is to appoint an Economic Operator Team (EOT) who will actively develop the Client’s brief in relation to the creation of a new outer harbour designed to faciitate the safe navigation, berthing and unloading of pelagic fishing vessels up to 86m in length; 17m in breadth; 8.5m draft and GRT 4000T. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 as identified in Call for Tender contract documentation and information. The EOT shall develop the design to RIBA (2020) Stage 3 Exemplar Developed Design before appointing and managing an Integrated Supply Team (IST) to further develop the detail / technical design and deliver the project throughout all remaining RIBA Plan of Work Stages 4 - 7. For a complete description of this procurement please refer to CfT contract documents and draft Scope Parts A and B.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
In accordance with Regulation 65(3) of the Public Contract Regulation 2015, 5 candidates will be invited. This offers adequate competition to ensure that the Client is assured value for money and that there is sufficient opportunity offered to tenders. However, this limit also protects the industry from wasting valuable resources which are required to prepare a tender submission.
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 Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures. . https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. . If an Economic Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively A. list. of bodies subject to Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies .
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/11/2022
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:
14/03/2023
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by publication of this notice; (b) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process. Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal..
VI.4) Procedures for review
VI.4.1) Review body
Department of Finance, Central Procurement Directorate Procurement Operations Branch
Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.uk
Internet address(es)
URL: https://www.finance-ni.gov.uk/contact
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for doing so).
VI.5) Date of dispatch of this notice
15/09/2022