Tender

DAERA - 4440332 - Appointment of Economic Operator /team (EOT) for Ardglass Harbour

DAERA DEPARTMENT OF AGRICULTURE ENVIRONMENT AND RURAL AFFAIRS

This public procurement record has 1 release in its history.

Tender

15 Sep 2022 at 10:42

Summary of the contracting process

The Department of Agriculture Environment and Rural Affairs (DAERA) has issued a tender titled "Appointment of Economic Operator /team (EOT) for Ardglass Harbour" within the civil engineering consultancy services category. The procurement process, currently in the tender stage, involves developing the client's brief for deepening navigational channels and quayside berths at Ardglass Harbour. The total contract value is £2,800,000, with a tender deadline of 11th November 2022.

This tender opportunity by DAERA for Ardglass Harbour presents a lucrative chance for civil engineering consultancy firms to participate in a selective procurement procedure. Suitable businesses with expertise in civil engineering consultancy services can engage in designing the project up to RIBA Stage 3 before appointing and managing an Integrated Specialist Team (IST) for the subsequent stages. By adhering to the submission terms and requirements, businesses can showcase their capabilities and potentially secure a valuable contract with DAERA for infrastructure development at Ardglass Harbour.

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 - 4440332 - Appointment of Economic Operator /team (EOT) for Ardglass Harbour

Notice Description

The Appointment An Economic Operator Team To Develop The Clients's Brief Regarding The Deepening Of Navigational Channels And Quayside Berths At Ardglass Harbour. EOT Shall Design The Project Up To RIBA Stage 3 Before Appointing And Managing An IST To Develop Stage 4 Design And Construct The Works.

Lot Information

Lot 1

The Appointment An Economic Operator Team To Develop The Clients's Brief Regarding The Deepening Of Navigational Channels And Quayside Berths At Ardglass Harbour. EOT Shall Design The Project Up To RIBA Stage 3 Before Appointing And Managing An IST To Develop Stage 4 Design And Construct The Works.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0368b3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025904-2022
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

Notice Value(s)

Tender Value
£2,800,000 £1M-£10M
Lots Value
£2,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Sep 20223 years ago
Submission Deadline
11 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

Contracting Authority (Buyer)

Main Buyer
DAERA DEPARTMENT OF AGRICULTURE ENVIRONMENT AND RURAL AFFAIRS
Contact Name
FAO Procurement Operations Branch
Contact Email
construct.info@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

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-0368b3-2022-09-15T11:42:00+01:00",
    "date": "2022-09-15T11:42:00+01:00",
    "ocid": "ocds-h6vhtk-0368b3",
    "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 eprocurement 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": "4440332",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DAERA - 4440332 - Appointment of Economic Operator /team (EOT) for Ardglass Harbour",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71311000",
            "description": "Civil engineering consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Appointment An Economic Operator Team To Develop The Clients's Brief Regarding The Deepening Of Navigational Channels And Quayside Berths At Ardglass Harbour. EOT Shall Design The Project Up To RIBA Stage 3 Before Appointing And Managing An IST To Develop Stage 4 Design And Construct The Works.",
        "value": {
            "amount": 2800000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Appointment An Economic Operator Team To Develop The Clients's Brief Regarding The Deepening Of Navigational Channels And Quayside Berths At Ardglass Harbour. EOT Shall Design The Project Up To RIBA Stage 3 Before Appointing And Managing An IST To Develop Stage 4 Design And Construct The Works.",
                "value": {
                    "amount": 2800000,
                    "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": "71311000",
                        "description": "Civil engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/home/do",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps/home/do"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "List and brief description of Conditions: In order for a Contractor/Consultant to be eligible to participate in this competition, they must hold licenses, accreditations or certificates for specific categories and sectors as set out in the PQQ Documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-11-11T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-03-11T23:59:59Z"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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)."
    },
    "parties": [
        {
            "id": "GB-FTS-63586",
            "name": "DAERA Department of Agriculture Environment and Rural Affairs",
            "identifier": {
                "legalName": "DAERA 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": "FAO Procurement Operations Branch",
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps/home/do"
            },
            "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-63586",
        "name": "DAERA Department of Agriculture Environment and Rural Affairs"
    },
    "language": "en"
}