Opportunity

CEFAS23-18 Specialist Marine Technical Consultant

  • Centre for Environment, Fisheries and Aquaculture Science

F02: Contract notice

Notice reference: 2023/S 000-019480

Published 7 July 2023, 2:27pm



Section one: Contracting authority

one.1) Name and addresses

Centre for Environment, Fisheries and Aquaculture Science

Pakefield Road

Lowestoft

NR33 0HT

Contact

Lisa Scott

Email

lisa.scott@cefas.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.cefas.co.uk/

Buyer's address

https://defra-family.force.com/s/Welcome

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-9529.my.site.com/s/Welcome

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

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CEFAS23-18 Specialist Marine Technical Consultant

Reference number

CEFAS23-18

two.1.2) Main CPV code

  • 98360000 - Marine services

two.1.3) Type of contract

Services

two.1.4) Short description

Specialist Technical Marine Consultancy services required to support the development of a Project Business Case for a vessel refit/replacement and overseeing delivery of the ‘preferred option’. Although the Contract Period shall be for the delivery of all Parts set out in the Specification (Parts A, B, C and D), progression from Parts A and B to any and each subsequent stage will require express approval from the Authority. The Authority may, subject to the necessary approvals being in place and subject to confirming the Services and Charges with the Supplier for Parts C and or D, progress to Parts C and or D of the Contract.

two.1.5) Estimated total value

Value excluding VAT: £1,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71318000 - Advisory and consultative engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Lowestoft

two.2.4) Description of the procurement

Research Vessel (RV) Cefas Endeavour is owned by Cefas and is operated to enable the collection of marine scientific data and evidence to underpin its critical role in support of Defra and other government departments. RV Cefas Endeavour is also the primary vehicle through which Cefas can generate the necessary data to underpin national and international obligations such as sustainable fisheries, food security, biodiversity and conservation and environmental quality. RV Cefas Endeavour is managed and maintained to achieve a planned operational life of 30 years, and having been delivered in 2003, the vessel has a planned end of operational life in 2033.
Following Cefas’ inclusion within the UK Government’s National Shipbuilding Strategy: A refreshed strategy for a globally successful, innovative and sustainable shipbuilding enterprise, Cefas is developing a Project Business Case to assess how Cefas can best undertake marine scientific data collection beyond the planned operational life of RV Cefas Endeavour. Currently at the end of the Strategic Outline Case (SOC) stage, the process has created a short-list of options to be taken forward to the Outline Business Case (OBC) stage, as below:
• Option 1: RV Cefas Endeavour Continuation to 2048 (without targeted life extension investment).
• Option 2: RV Cefas Endeavour Continuation to 2048 (with targeted life extension investment).
• Option 8: New vessel to replace RV Cefas Endeavour with ‘like-for-like’ scientific capability.
• Option 9: New vessel to replace RV Cefas Endeavour with ‘enhanced’ scientific capability.

All options involve a vessel, whether this is the continued use of RV Cefas Endeavour beyond 2033, or the commissioning of a new research vessel which can make use of the latest scientific and technological advances. There is therefore a requirement to draw upon a Specialist Marine Technical Consultant (SMTC) to develop the Project Business Case, and perform activities associated with the identification of the ‘Preferred Option’ (Part A), development of the ‘Preferred Option’ (Part B), procurement of the ‘Preferred Option’ (Part C), and implement the ‘Preferred Option’ (Part D) until it is in place, operational, and outside of warranty claims (for certain options only).

As noted above, this procurement relates to the delivery of all Parts set out in the Specification (Parts A, B, C and D). However, progression of the Contract beyond from Parts A and B to any and each subsequent stage will require express approval from the Authority. The Authority may, subject to the necessary approvals being in place and confirming the Services and Charges with the Supplier for Parts C and or D, progress to Parts C and or D of the Contract. The anticipated value of Parts A and B is £350k incl VAT. The estimated total maximum value for Parts A, B, C and D is £1.5m incl VAT.

two.2.5) Award criteria

Quality criterion - Name: Project Team / Weighting: 25

Quality criterion - Name: Technical Ability (see full details in the procurement docs) / Weighting: 35

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,250,000

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

Start date

23 October 2023

End date

23 October 2033

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 September 2023

Local time

11:45pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 July 2023

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs