Opportunity

DAERA 4430785 Appointment Of An Economic Operator Team (Eot) For Kilkeel Harbour Works

  • Department Of Agriculture Environment And Rural Affairs

F02: Contract notice

Notice reference: 2022/S 000-025877

Published 15 September 2022, 9:39am



Section one: Contracting authority

one.1) Name and addresses

Department Of Agriculture Environment And Rural Affairs

Klondyke Building Cromic Avenue Gasworks Business Park Lower Ormeau Road

BELFAST

BT7 2JA

Contact

Procurement Operations Branch

Email

consturctinfo@finance-ni.gov.uk

Telephone

+44 2890816555

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 is awarded by a central purchasing body

one.3) Communication

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

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Harbour and Fisheries


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA 4430785 Appointment Of An Economic Operator Team (Eot) For Kilkeel Harbour Works

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The objective of this procurement process is to appoint an Economic Operator Team (EOT) who will actively develop the Client’s brief in relation to the creation of a new outer harbour designed to faciitate the safe navigation, berthing and unloading of pelagic fishing vessels up to 86m in length; 17m in breadth; 8.5m draft and GRT 4000T. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 as identified in Call for Tender contract documentation and information. The EOT shall develop the design to RIBA (2020) Stage 3 Exemplar Developed Design before appointing and managing an Integrated Supply Team (IST) to further develop the detail / technical design and deliver the project throughout all remaining RIBA Plan of Work Stages 4 - 7. For a complete description of this procurement please refer to CfT contract documents and draft Scope Parts A and B.

two.1.5) Estimated total value

Value excluding VAT: £4,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 71312000 - Structural engineering consultancy services
  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Kilkeel Harbour

two.2.4) Description of the procurement

The objective of this procurement process is to appoint an Economic Operator Team (EOT) who will actively develop the Client’s brief in relation to the creation of a new outer harbour designed to faciitate the safe navigation, berthing and unloading of pelagic fishing vessels up to 86m in length; 17m in breadth; 8.5m draft and GRT 4000T. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 as identified in Call for Tender contract documentation and information. The EOT shall develop the design to RIBA (2020) Stage 3 Exemplar Developed Design before appointing and managing an Integrated Supply Team (IST) to further develop the detail / technical design and deliver the project throughout all remaining RIBA Plan of Work Stages 4 - 7. For a complete description of this procurement please refer to CfT contract documents and draft Scope Parts A and B.

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: £4,200,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

In accordance with Regulation 65(3) of the Public Contract Regulation 2015, 5 candidates will be invited. This offers adequate competition to ensure that the Client is assured value for money and that there is sufficient opportunity offered to tenders. However, this limit also protects the industry from wasting valuable resources which are required to prepare a tender submission.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures. . https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. . If an Economic Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively A. list. of bodies subject to Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies .


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

14 November 2022

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: 14 March 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by publication of this notice; (b) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process. Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal..

six.4) Procedures for review

six.4.1) Review body

Department of Finance, Central Procurement Directorate Procurement Operations Branch

Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

https://www.finance-ni.gov.uk/contact

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for doing so).