Tender

ID 5332920 - DfI - Specialist Marine Consultant 2024-29

  • Department for Infrastructure

F02: Contract notice

Notice identifier: 2025/S 000-003110

Procurement identifier (OCID): ocds-h6vhtk-04d75d

Published 30 January 2025, 2:03pm



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

James House 2 - 4 Cromac Avenue

BELFAST

BT7 2JA

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 5332920 - DfI - Specialist Marine Consultant 2024-29

Reference number

ID 5332920

two.1.2) Main CPV code

  • 98360000 - Marine services

two.1.3) Type of contract

Services

two.1.4) Short description

The Client requires a Contractor for specialist marine engineering and naval architecture expertise to ensure that issues can be assessed and appropriately dealt with in a timely manner thus reducing the risk of delays or disruption in ferry services. Further details are available in the document titled “ID 5332920 Specification”.

two.1.5) Estimated total value

Value excluding VAT: £302,289

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73112000 - Marine research services
  • 71354500 - Marine survey services
  • 90712300 - Marine conservation strategy planning
  • 90713000 - Environmental issues consultancy services
  • 73000000 - Research and development services and related consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Client requires a Contractor for specialist marine engineering and naval architecture expertise to ensure that issues can be assessed and appropriately dealt with in a timely manner thus reducing the risk of delays or disruption in ferry services. Further details are available in the document titled “ID 5332920 Specification”.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £302,289

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is an option to extend for two (2) further periods of up to twelve (12) months each, therefore the maximum contract period is up to a total of 5 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend for two (2) further periods of up to twelve (12) months each, therefore the maximum contract period is up to a total of 5 years.

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

Contract Value. The figure indicated in Section II 1.5 represents an estimated contract value. This. value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential. optional services as detailed in the tender documents. This figure does not however take into account the application of indexation.. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does. not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them. or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process. regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents. by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate. expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting. Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of. them.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement 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.2.2) Time limit for receipt of tenders or requests to participate

Date

5 March 2025

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 3 June 2025

four.2.7) Conditions for opening of tenders

Date

5 March 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Suppliers not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a. Supplier 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 the 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 their place on the contract. may be terminated. The issue of a Notice of unsatisfactory Performance will 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 for a period of twelve months from the date of issue of the Notice.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended.

uk

Country

United Kingdom

six.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.