Section one: Contracting authority
one.1) Name and addresses
Centre for Environment, Fisheries and Aquaculture Science
Pakefield Road
Lowestoft
NR33 0HT
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://defra-family.force.com/s/Welcome
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
- 71318000 - Advisory and consultative engineering 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 business case ‘preferred option’.
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: £1,120,624
two.2) Description
two.2.2) Additional CPV code(s)
- 34500000 - Ships and boats
- 34510000 - Ships
- 63726700 - Fishing-vessel services
- 71320000 - Engineering design services
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 35513200 - Auxiliary research vessel
- 63726800 - Research vessel services
- 71310000 - Consultative engineering and construction services
- 34513100 - Fishing vessels
- 34513000 - Fishing, emergency and other special vessels
- 34513550 - Survey vessels
- 45244000 - Marine construction works
- 73110000 - Research services
- 63726700 - Fishing-vessel services
- 71300000 - Engineering services
- 71330000 - Miscellaneous engineering services
- 73112000 - Marine research 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
Cefas underpin the development of key government policy and UK national and international obligations with respect to the sustainable use of the seas through the generation of expert science and evidence. Access to assets that enable the generation and collection of key data are essential to this critical role. Primary amongst these assets is the research vessel (RV) Cefas Endeavour.
RV Cefas Endeavour enables the collection of marine scientific data and evidence to underpin our 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. It is important to note that RV Cefas Endeavour is also used for survey and monitoring work by multiple UK Government Departments, as well as UK academic institutions, and therefore supports wider UK sustainability objectives.
RV Cefas Endeavour is managed and maintained to achieve a planned operational life of 30 years, and having been delivered in 2003, this means the planned end of operational life is 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 has commenced and will be continuing to develop a Project Business Case to assess how Cefas can best undertake marine scientific data collection beyond the planned operational life of RV Cefas Endeavour. The intention is to submit the Project Business Case (at Outline Business Case stage) for consideration as part of a future Comprehensive Spending Review (expected to be mid-late 2024).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
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
two.2.14) Additional information
The initial Contract Period shall be for the delivery of Parts A and B only. The initial Contract Period shall be a period of two years and the Authority reserves the right to extend the initial Contract Period by one year.
At its sole discretion, the Authority reserves the right to extend the Contract beyond the initial Contract Period to include Activities required for the ‘Preferred Option’ under Part C (upon conclusion of Part B), and Part D (upon conclusion of Part C), until a maximum end date of 31 March 2034.
Although the Contract Period shall be for the delivery of all Parts set out in the Specification (Parts A, B, C, and D), progression beyond 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 Authority would also draw the Supplier’s attention to the Authority’s right to terminate the Contract pursuant to clause 14.3.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-019480
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 November 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
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
Houlder Ltd
1-2 Paris Garden, London
London
SE1 8ND
Telephone
+44 2392875277
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
04400298
Internet address
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: £1,120,624
Lowest offer: £1,120,624 / Highest offer: £4,772,380 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit