Notice Information
Notice Title
DAERA 4430785 Appointment Of An Economic Operator Team (Eot) For Kilkeel Harbour Works
Notice 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.
Lot Information
Lot 1
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0368a1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025877-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71324000 - Quantity surveying services
71541000 - Construction project management services
Notice Value(s)
- Tender Value
- £4,200,000 £1M-£10M
- Lots Value
- £4,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Sep 20223 years ago
- Submission Deadline
- 14 Nov 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF AGRICULTURE ENVIRONMENT AND RURAL AFFAIRS
- Contact Name
- Procurement Operations Branch
- Contact Email
- consturctinfo@finance-ni.gov.uk
- Contact Phone
- +44 2890816555
Buyer Location
- Locality
- BELFAST
- Postcode
- BT7 2JA
- 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
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0368a1-2022-09-15T09:39:30+01:00",
"date": "2022-09-15T09:39:30+01:00",
"ocid": "ocds-h6vhtk-0368a1",
"description": "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..",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0368a1",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DAERA 4430785 Appointment Of An Economic Operator Team (Eot) For Kilkeel Harbour Works",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 4200000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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.",
"value": {
"amount": 4200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "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."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
}
],
"deliveryLocation": {
"description": "Kilkeel Harbour"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785",
"communication": {
"atypicalToolUrl": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "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 ."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-11-14T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-03-14T23:59:59Z"
}
},
"hasRecurrence": false,
"reviewDetails": "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)."
},
"parties": [
{
"id": "GB-FTS-63546",
"name": "Department Of Agriculture Environment And Rural Affairs",
"identifier": {
"legalName": "Department Of Agriculture Environment And Rural Affairs"
},
"address": {
"streetAddress": "Klondyke Building Cromic Avenue Gasworks Business Park Lower Ormeau Road",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT7 2JA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Operations Branch",
"telephone": "+44 2890816555",
"email": "consturctinfo@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4430785"
},
"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",
"description": "Harbour and Fisheries"
}
]
}
},
{
"id": "GB-FTS-60082",
"name": "Department of Finance, Central Procurement Directorate Procurement Operations Branch",
"identifier": {
"legalName": "Department of Finance, Central Procurement Directorate Procurement Operations Branch"
},
"address": {
"streetAddress": "Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890816555",
"email": "construct.info@finance-ni.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.finance-ni.gov.uk/contact"
}
}
],
"buyer": {
"id": "GB-FTS-63546",
"name": "Department Of Agriculture Environment And Rural Affairs"
},
"language": "en"
}