Awarded contract

DfI Roads and Rivers - Provision of Marine Mechanical Maintenance Services for Strangford Lough Ferry Service

  • Department for Infrastructure
  • Department for Infrastructure

F03: Contract award notice

Notice reference: 2023/S 000-018264

Published 27 June 2023, 2:39pm



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

pb2@infrastructure-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.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

pb2@infrastructure-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.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfI Roads and Rivers - Provision of Marine Mechanical Maintenance Services for Strangford Lough Ferry Service

Reference number

CfT:4436401

two.1.2) Main CPV code

  • 50240000 - Repair, maintenance and associated services related to marine and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Stangford Lough Ferry Service requires a Contractor to provide access to marine mechanical maintenance specialists who will carry out inspections, maintenance and repairs of the mechanical systems to ensure that their vessels comply with MCA regulations and retain Passenger Certificates.

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: £324,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 50240000 - Repair, maintenance and associated services related to marine and other equipment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Stangford Lough Ferry Service requires a Contractor to provide access to marine mechanical maintenance specialists who will carry out inspections, maintenance and repairs of the mechanical systems to ensure that their vessels comply with MCA regulations and retain Passenger Certificates.

two.2.5) Award criteria

Quality criterion - Name: Key Individual Experience / Weighting: 10

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 70

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


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: 2022/S 000-034445


Section five. Award of contract

Contract No

1

Title

PROVISION OF MARINE MECHANICAL MAINTENANCE SERVICES FOR STRANGFORD LOUGH FERRY SERVICE

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 June 2023

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

IMRIE ENGINEERING LTD

7 Church Hill

NEWCASTLE

BT33 0JU

Email

david.imrie@btinternet.com

Telephone

+28 43726118

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: £324,000

Total value of the contract/lot: £324,000


Section six. Complementary information

six.3) Additional information

The total contract value in V.2.4 does not include annual inflationary increases. The Open procedure was discontinued as no suitable bids were received. As permitted by Reg 32(2)(a) of the Public Contracts Regulations 2015 the Contracting Authority moved to the negotiated procedure without prior publication. All Economic Operators that passed the Selection Stage of the Open procedure were invited to take part in the negotiated procedure which resulted in the contract being awarded. Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored. 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 DfI 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competition 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 certificate.

six.4) Procedures for review

six.4.1) Review body

Hight Court, Royal Courts of Justice

BELFAST

Country

United Kingdom