Award

DAERA - AFBI - Appointment of a Shipyard for the Construction of a Research Vessel

THE DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS, THE AGRI-FOOD AND BIOSCIENCES INSTITUTE

This public procurement record has 3 releases in its history.

Award

23 Apr 2024 at 13:21

TenderUpdate

22 Mar 2022 at 11:45

Tender

16 Mar 2022 at 14:24

Summary of the contracting process

The Department of Agriculture, Environment and Rural Affairs, The Agri-Food and Biosciences Institute is seeking to appoint a shipyard for the construction of a research vessel tailored to meet marine fisheries science requirements. This procurement falls under the goods category with a focus on survey vessels. The process is at the award stage, with the contract value amounting to £28,152,000 GBP. The procurement method used is a selective competitive procedure with negotiation. The specific opportunity aims to engage ASTILLEROS ARMON VIGO SA for the construction.

This tender presents an opportunity for shipyards specializing in survey vessels to participate in the construction of a research vessel for marine fisheries science. Businesses with expertise in auxiliary research vessels, research vessel services, and marine services are well-suited to compete. The contract, led by The Department of Agriculture, Environment and Rural Affairs, offers a significant value of £28,152,000 GBP for successful completion of the project. Interested parties should focus on meeting quality and cost criteria as part of the selection process.

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

DAERA - AFBI - Appointment of a Shipyard for the Construction of a Research Vessel

Notice Description

AFBI wishes to engage a shipyard for the construction of a new Research Vessel which is specifically tailored to meet AFBI's marine fisheries science requirements and be capable of technological update over a service life of 30 years minimum.

Lot Information

Lot 1

AFBI wishes to engage a shipyard for the construction of a new Research Vessel which is specifically tailored to meet AFBI's marine fisheries science requirements and be capable of technological update over a service life of 30 years minimum. Additional information: Any increases/modifications will be managed in accordance with the relevant public procurement regulations. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. 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 CPD 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions 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 Notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0322b4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013157-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment

63 - Supporting and auxiliary transport services; travel agencies services

98 - Other community, social and personal services


CPV Codes

34500000 - Ships and boats

34510000 - Ships

34512000 - Ships and similar vessels for the transport of persons or goods

34513000 - Fishing, emergency and other special vessels

34513100 - Fishing vessels

34513550 - Survey vessels

35513200 - Auxiliary research vessel

63726700 - Fishing-vessel services

63726800 - Research vessel services

98360000 - Marine services

Notice Value(s)

Tender Value
£22,000,000 £10M-£100M
Lots Value
£22,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£28,152,000 £10M-£100M

Notice Dates

Publication Date
23 Apr 20241 years ago
Submission Deadline
21 Apr 2022Expired
Future Notice Date
Not specified
Award Date
26 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS, THE AGRI-FOOD AND BIOSCIENCES INSTITUTE
Contact Name
CPD SSD Admin
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT9 5PX
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Upper Malone
Westminster Constituency
Belfast South and Mid Down

Supplier Information

Number of Suppliers
1
Supplier Name

ASTILLEROS ARMON VIGO

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-h6vhtk-0322b4-2024-04-23T14:21:24+01:00",
    "date": "2024-04-23T14:21:24+01:00",
    "ocid": "ocds-h6vhtk-0322b4",
    "description": "The Contracting Authority reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the. submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders; to award the Contract following conclusion of the first round of negotiation sessions; and/or to down-select Economic Operators following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority's absolute discretion). The Contracting Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the. procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process or negotiation process. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate. only and the Contracting Authority reserves the right to change any or all of them. The figure indicated in II.1.5. represents an estimated contract value PS22m and may increase during the life of the contract to accommodate changes, continuous improvements and advancements in technology. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for Economic Operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. 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 CPD 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions 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 Notice.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0322b4",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DAERA - AFBI - Appointment of a Shipyard for the Construction of a Research Vessel",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34513550",
            "description": "Survey vessels"
        },
        "mainProcurementCategory": "goods",
        "description": "AFBI wishes to engage a shipyard for the construction of a new Research Vessel which is specifically tailored to meet AFBI's marine fisheries science requirements and be capable of technological update over a service life of 30 years minimum.",
        "value": {
            "amount": 22000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "AFBI wishes to engage a shipyard for the construction of a new Research Vessel which is specifically tailored to meet AFBI's marine fisheries science requirements and be capable of technological update over a service life of 30 years minimum. Additional information: Any increases/modifications will be managed in accordance with the relevant public procurement regulations. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. 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 CPD 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions 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 Notice.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Quantitative Criterion",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 22000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 900
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35513200",
                        "description": "Auxiliary research vessel"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63726800",
                        "description": "Research vessel services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34500000",
                        "description": "Ships and boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34510000",
                        "description": "Ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34512000",
                        "description": "Ships and similar vessels for the transport of persons or goods"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34513100",
                        "description": "Fishing vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34513000",
                        "description": "Fishing, emergency and other special vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63726700",
                        "description": "Fishing-vessel services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98360000",
                        "description": "Marine services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Ability to construct a vessel and accredited to a classification society that is a member of the International Association of Classification Societies or Lloyds Classification Society.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "The opportunity was mistakenly selected as an Accelerated Competitive Procedure with Negotiation at section IV 1.1). The correct procedure is Competitive Procedure with Negotiation and a corrigendum was published (2022/S 000-007696)."
        },
        "secondStage": {
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-04-21T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-10-18T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Competitive Procedure with Negotiation Accelerated Procedure"
                        },
                        "newValue": {
                            "text": "Competitive Procedure with Negotiation."
                        },
                        "where": {
                            "section": "IV.1.1)",
                            "label": "The opportunity was mistakenly selected as an Accelerated Competitive Procedure with Negotiation at section IV 1.1). The correct procedure is Competitive Procedure with Negotiation."
                        }
                    }
                ],
                "description": "The opportunity was mistakenly selected as an Accelerated Competitive Procedure with Negotiation at section IV 1.1). The correct procedure is Competitive Procedure with Negotiation."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-47019",
            "name": "The Department of Agriculture, Environment and Rural Affairs, The Agri-Food and Biosciences Institute",
            "identifier": {
                "legalName": "The Department of Agriculture, Environment and Rural Affairs, The Agri-Food and Biosciences Institute"
            },
            "address": {
                "streetAddress": "18a Newforge Lane",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT9 5PX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "CPD SSD Admin",
                "email": "ssdadmin.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24987",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended"
            },
            "address": {
                "locality": "United Kingdom",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-111669",
            "name": "ASTILLEROS ARMON VIGO SA",
            "identifier": {
                "legalName": "ASTILLEROS ARMON VIGO SA"
            },
            "address": {
                "streetAddress": "AVENIDA BEIRAMAR, 6 - B",
                "locality": "VIGO",
                "region": "ES",
                "postalCode": "36208",
                "countryName": "Spain"
            },
            "contactPoint": {
                "telephone": "+34 986205511",
                "email": "comercial@astillerosarmon.com",
                "faxNumber": "+34 986214383"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-47019",
        "name": "The Department of Agriculture, Environment and Rural Affairs, The Agri-Food and Biosciences Institute"
    },
    "language": "en",
    "awards": [
        {
            "id": "013157-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-111669",
                    "name": "ASTILLEROS ARMON VIGO SA"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "013157-2024-1-1",
            "awardID": "013157-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 28152000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-26T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}