Award

CEFAS23-74 Contract for technical advice on port upgrade feasibility study in Belize

CEFAS

This public procurement record has 2 releases in its history.

Award

27 Jul 2023 at 10:30

Award

27 Jul 2023 at 10:28

Summary of the contracting process

The buying organisation, Cefas, has awarded a contract for technical advice on port upgrade feasibility study in Belize. The procurement falls under the industry category of Marine conservation strategy planning. The contract period runs from 24th July 2023 to 23rd July 2024. The procurement method was an open procedure with a tender period ending on 26th June 2023. The award was granted on 21st July 2023, with a contract value of £86,150 in GBP.

This tender offers opportunities for businesses involved in marine conservation and port development services. Small and medium enterprises (SMEs) can benefit from competing due to the tender's suitability for such enterprises. Companies with expertise in port upgrades, waste management logistics, and MARPOL compliance are well-suited to participate. The project aims to support Belize in enhancing its port facilities and waste management services, aligning with the Blue Planet Fund objectives for sustainable marine practices.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CEFAS23-74 Contract for technical advice on port upgrade feasibility study in Belize

Notice Description

The Ocean Country Partnership Programme (OCPP) was announced this year as a key bilateral aid programme under the PS500m Blue Planet Fund. OCPP objectives are to support countries to tackle marine pollution, support sustainable seafood practices and establish designated, well-managed and enforced Marine Protected Areas (MPAs). Through OCPP, Belize wishes to further understand current capacity, and potential future development of ports and port facilities in-country. Key challenges faced by Belize include the decentralized management of various port facilities by private sector entities, which would require the development of separate partnership arrangements for the investment in, and operation of, expanded and upgraded waste management facilities to ensure MARPOL (The International Convention for the Prevention of Pollution from Ships) compliance is achieved. The scope of work required will encompass development and presentation of an understanding of the requirements and impacts of port upgrades to deliver MARPOL-compliant waste handling and management services, inclusive of understanding the potential ramifications upon stakeholders undertaking related maritime, coastal, and terrestrial activities. 5. Scope of Requirements a) a port(s) upgrade project feasibility study, inclusive of a needs & gap analysis, including assessment of, and consultation with, the necessary stakeholders involved in port operations and associated waste management/logistics. b) provide socio-economic and environmental assessment of the ramifications of increased activity within the maritime sector to accommodate MARPOL-compliant disposal and remediation of waste materials in accordance with the provisions of the standards and guidelines (International Convention for the Prevention of Pollution from Ships (MARPOL) (imo.org)). c) examine infrastructural interventions which may merit investment for introduction to port(s) facilities in Belize, inclusive of cost estimates and technology readiness level (TRL) of each potential intervention to achieve varied levels of MARPOL compliance. d) identify potential socio-economic and environmental impacts upon stakeholders including port(s) operators, and those in the vicinity of port(s) locations or peripheral spaces influenced by port(s) operators, in consideration of concurrent marine spatial planning being undertaken at a national level. e) determine capacity and interest in port(s) incorporating MARPOL-compliant waste management services as addendum to current business models. f) recognize potential efficiency improvements which may be realized with existing resources to improve functionality in lieu of increased MARPOL compliance accommodations across the port(s) operations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-aeccf0db-5be0-45a7-92ae-898a3d1403b6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/13b007c6-b337-4895-837c-18df885a5567
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90712300 - Marine conservation strategy planning

Notice Value(s)

Tender Value
£90,000 Under £100K
Lots Value
Not specified
Awards Value
£86,150 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
27 Jul 20232 years ago
Submission Deadline
26 Jun 2023Expired
Future Notice Date
Not specified
Award Date
20 Jul 20232 years ago
Contract Period
23 Jul 2023 - 23 Jul 2024 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CEFAS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LOWESTOFT
Postcode
NR33 0HT
Post Town
Norwich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH63 East Suffolk
Delivery Location
Not specified

Local Authority
East Suffolk
Electoral Ward
Kirkley & Pakefield
Westminster Constituency
Lowestoft

Supplier Information

Number of Suppliers
1
Supplier Name

WREN CONSULTING

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-aeccf0db-5be0-45a7-92ae-898a3d1403b6-2023-07-27T11:30:41+01:00",
    "date": "2023-07-27T11:30:41+01:00",
    "ocid": "ocds-b5fd17-aeccf0db-5be0-45a7-92ae-898a3d1403b6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0110000D8d000003VQwdEAG",
        "title": "CEFAS23-74 Contract for technical advice on port upgrade feasibility study in Belize",
        "description": "The Ocean Country Partnership Programme (OCPP) was announced this year as a key bilateral aid programme under the PS500m Blue Planet Fund. OCPP objectives are to support countries to tackle marine pollution, support sustainable seafood practices and establish designated, well-managed and enforced Marine Protected Areas (MPAs). Through OCPP, Belize wishes to further understand current capacity, and potential future development of ports and port facilities in-country. Key challenges faced by Belize include the decentralized management of various port facilities by private sector entities, which would require the development of separate partnership arrangements for the investment in, and operation of, expanded and upgraded waste management facilities to ensure MARPOL (The International Convention for the Prevention of Pollution from Ships) compliance is achieved. The scope of work required will encompass development and presentation of an understanding of the requirements and impacts of port upgrades to deliver MARPOL-compliant waste handling and management services, inclusive of understanding the potential ramifications upon stakeholders undertaking related maritime, coastal, and terrestrial activities. 5. Scope of Requirements a) a port(s) upgrade project feasibility study, inclusive of a needs & gap analysis, including assessment of, and consultation with, the necessary stakeholders involved in port operations and associated waste management/logistics. b) provide socio-economic and environmental assessment of the ramifications of increased activity within the maritime sector to accommodate MARPOL-compliant disposal and remediation of waste materials in accordance with the provisions of the standards and guidelines (International Convention for the Prevention of Pollution from Ships (MARPOL) (imo.org)). c) examine infrastructural interventions which may merit investment for introduction to port(s) facilities in Belize, inclusive of cost estimates and technology readiness level (TRL) of each potential intervention to achieve varied levels of MARPOL compliance. d) identify potential socio-economic and environmental impacts upon stakeholders including port(s) operators, and those in the vicinity of port(s) locations or peripheral spaces influenced by port(s) operators, in consideration of concurrent marine spatial planning being undertaken at a national level. e) determine capacity and interest in port(s) incorporating MARPOL-compliant waste management services as addendum to current business models. f) recognize potential efficiency improvements which may be realized with existing resources to improve functionality in lieu of increased MARPOL compliance accommodations across the port(s) operations.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90712300",
            "description": "Marine conservation strategy planning"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 80000,
            "currency": "GBP"
        },
        "value": {
            "amount": 90000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2023-06-26T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-07-24T00:00:00+01:00",
            "endDate": "2024-07-23T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-26868",
            "name": "Cefas",
            "identifier": {
                "legalName": "Cefas"
            },
            "address": {
                "streetAddress": "Pakefield Road",
                "locality": "Lowestoft",
                "postalCode": "NR33 0HT",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Holly Power",
                "email": "procure@cefas.co.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-249671",
            "name": "WREN Consulting",
            "identifier": {
                "legalName": "WREN Consulting"
            },
            "address": {
                "streetAddress": "10 Hagelthorn Street, Farrer, Australian Capital Territory 2607"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-26868",
        "name": "Cefas"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-aeccf0db-5be0-45a7-92ae-898a3d1403b6-1",
            "status": "active",
            "date": "2023-07-21T00:00:00+01:00",
            "datePublished": "2023-07-27T11:28:36+01:00",
            "value": {
                "amount": 86150,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-249671",
                    "name": "WREN Consulting"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-07-24T00:00:00+01:00",
                "endDate": "2024-07-23T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/1ebae66b-97cd-4cd1-a2fc-3b54995476fd",
                    "datePublished": "2023-07-27T11:28:36+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "CEFAS23-74 Conditions_of_Contract_V2_signed_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dffa3a00-fcff-422c-ad0d-7ee801416a84",
                    "format": "application/pdf"
                }
            ]
        },
        {
            "id": "ocds-b5fd17-aeccf0db-5be0-45a7-92ae-898a3d1403b6-2",
            "status": "active",
            "date": "2023-07-21T00:00:00+01:00",
            "datePublished": "2023-07-27T11:30:41+01:00",
            "value": {
                "amount": 86150,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-249671",
                    "name": "WREN Consulting"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-07-24T00:00:00+01:00",
                "endDate": "2024-07-23T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "3",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/13b007c6-b337-4895-837c-18df885a5567",
                    "datePublished": "2023-07-27T11:30:41+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "4",
                    "description": "CEFAS23-74 Conditions_of_Contract_V2_signed_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8abd104b-f8f5-408e-a836-af567ef3e4ce",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}