Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
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.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
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.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
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