Awarded contract

ID 3182015 AFBI – Supply of Naval Architecture for the Design and Construction of a Marine Research Vessel

  • Agri-Food and Biosciences Institute AFBI

F03: Contract award notice

Notice reference: 2021/S 000-001968

Published 1 February 2021, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute AFBI

18a Newforge Lane

BELFAST

BT9 5PX

Email

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

Email

hoh@skipsteknisk.no

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.