Contract

ID 5332920 - DfI - Specialist Marine Consultant 2024-29

  • Department for Infrastructure

F03: Contract award notice

Notice identifier: 2025/S 000-015596

Procurement identifier (OCID): ocds-h6vhtk-04d75d (view related notices)

Published 16 April 2025, 2:34pm



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.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

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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £302,289

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

Quality criterion - Name: AC1 Personnel Experience / Weighting: 24.5

Quality criterion - Name: AC2 Service Delivery / Weighting: 21

Quality criterion - Name: AC3 Contract Management / Weighting: 12.6

Quality criterion - Name: AC4 Social Value / Weighting: 11.9

Cost criterion - Name: AC5 Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

Option to extend the contract for two further periods of one year each

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

Option to extend the contract for two further periods of one year each


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: 2025/S 000-003110

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Contract No

1

Title

ID 5332920 - DfI - Specialist Marine Consultant 2024-29

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 April 2025

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

VECTIS MARINE DESIGN LIMITED

3 Manor Court, Segensworth East

FAREHAM

PO15 5TH

Email

andrew@vectismarine.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
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: £302,289

Total value of the contract/lot: £302,289


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful Supplier’s performance on the contract will be regularly monitored in line with the tender documentation. Supplier's 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 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Supplier 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 three years from the date of issue.

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 complied with the Public Contracts Regulations 2015 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.