Section one: Contracting authority
one.1) Name and addresses
Agri-Food and Biosciences Institute AFBI
18a Newforge Lane
BELFAST
BT9 5PX
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3182015 AFBI – Supply of Naval Architecture for the Design and Construction of a Marine Research Vessel
Reference number
ID 3182015
two.1.2) Main CPV code
- 63726800 - Research vessel services
two.1.3) Type of contract
Services
two.1.4) Short description
AFBI wish to engage a suitable qualified and experienced Naval Architecture consultancy firm to provide design, procurement and project management support for the construction of a new research vessel. The current Research Vessel (RV) Corystes, owned and operated by AFBI, currently undertakes the at-sea scientific work programme to support the Department of Agriculture, Environment and Rural Affairs (DAERA) statutory and policy responsibilities in the marine fisheries and marine environmental areas. AFBI require a replacement for RV Corystes which has reached the end of its service life, and through a public procurement competition, wishes to engage naval architect services for the design and construction of a new Research Vessel which is specifically tailored to meet AFBI’s marine fisheries science requirements and be capable of technological update over a service life of 30 years minimum.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,853,100
two.2) Description
two.2.2) Additional CPV code(s)
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 34513550 - Survey vessels
- 34500000 - Ships and boats
- 34510000 - Ships
- 34513000 - Fishing, emergency and other special vessels
- 34513100 - Fishing vessels
- 63726700 - Fishing-vessel services
- 71300000 - Engineering services
- 71310000 - Consultative engineering and construction services
- 71318000 - Advisory and consultative engineering services
- 71320000 - Engineering design services
- 71330000 - Miscellaneous engineering services
- 73110000 - Research services
- 73112000 - Marine research services
- 98360000 - Marine services
- 35513200 - Auxiliary research vessel
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
AFBI wish to engage a suitable qualified and experienced Naval Architecture consultancy firm to provide design, procurement and project management support for the construction of a new research vessel. The current Research Vessel (RV) Corystes, owned and operated by AFBI, currently undertakes the at-sea scientific work programme to support the Department of Agriculture, Environment and Rural Affairs (DAERA) statutory and policy responsibilities in the marine fisheries and marine environmental areas. AFBI require a replacement for RV Corystes which has reached the end of its service life, and through a public procurement competition, wishes to engage naval architect services for the design and construction of a new Research Vessel which is specifically tailored to meet AFBI’s marine fisheries science requirements and be capable of technological update over a service life of 30 years minimum.
two.2.5) Award criteria
Quality criterion - Name: AC1 Project Plan / Weighting: 14
Quality criterion - Name: AC2 Proposal to meet design requirements / Weighting: 9.8
Quality criterion - Name: AC3 Communication and interaction with Client / Weighting: 4.9
Quality criterion - Name: AC4 Use of modern technologies incl. energy efficiency / Weighting: 9.8
Quality criterion - Name: AC5 Specialist Services / Weighting: 10.5
Quality criterion - Name: AC6 Human Resource Plan / Weighting: 10.5
Quality criterion - Name: AC7 Deliverables / Weighting: 10.5
Cost criterion - Name: AC8 Contract Price Phases 1 and 2 / Weighting: 27
Cost criterion - Name: AC9 Contract Price Phase 3 / Weighting: 3
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value in II.1.7 is the maximum total value for all phases of the Contract. Phases 1 and 2 do not exceed the maximum budget published in the tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 222-547395
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 February 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Skipsteknisk AS
Klaus Nilsens gate 4
Aalesund
6003
Telephone
+47 0103344
Country
Norway
NUTS code
- NO - NORWAY
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,750,000
Total value of the contract/lot: £1,853,100
Section six. Complementary information
six.3) Additional information
Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per the specification 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 three 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..
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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’
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) 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.