Award

DfC - Lagan Weir Operational Services Contract 2023-2027

DEPARTMENT FOR COMMUNITIES

This public procurement record has 2 releases in its history.

Award

21 May 2024 at 09:53

Tender

05 Jun 2023 at 13:43

Summary of the contracting process

The Department for Communities has completed the tender process for the "DfC - Lagan Weir Operational Services Contract 2023-2027" in the services category. The procurement method used was an open procedure. The contracting authority is located in BELFAST, United Kingdom. The contract status is complete, although no award was made on this occasion. The Department for Communities intends to re-tender in the near future.

This tender presents an opportunity for businesses involved in repair, maintenance, and associated services related to marine and other equipment to compete. The project involves harbour equipment maintenance, vessel repair services, environmental services, and more. The tender has specific qualitative and quantitative award criteria. The contract value is GBP 976,000, and the contract period is for 12 months with the option to extend for three further periods of 12 months. Interested businesses need to ensure compliance with the specified submission terms and deadlines to participate.

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

DfC - Lagan Weir Operational Services Contract 2023-2027

Notice Description

DfC - Lagan Weir Operational Services Contract 2023-2027

Lot Information

Lot 1

DfC - Lagan Weir Operational Services Contract 2023-2027. Additional information: No Award to be made on this occasion however the Department intends to re tender in the near future.

Options: Three optional one year extensions.

Renewal: Three optional one year extensions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03d3b8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015974-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34996200 - Control, safety or signalling equipment for inland waterways

50000000 - Repair and maintenance services

50240000 - Repair, maintenance and associated services related to marine and other equipment

50241000 - Repair and maintenance services of ships

50241100 - Vessel repair services

50246000 - Harbour equipment maintenance services

50246100 - Dry-docking services

50246300 - Repair and maintenance services of floating structures

50246400 - Repair and maintenance services of floating platforms

90000000 - Sewage, refuse, cleaning and environmental services

90700000 - Environmental services

Notice Value(s)

Tender Value
£976,000 £500K-£1M
Lots Value
£976,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 May 20241 years ago
Submission Deadline
5 Jul 2023Expired
Future Notice Date
Not specified
Award Date
21 May 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
12 months plus the option to extend for 3 further periods of 12 months Recurrent every 4 years

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR COMMUNITIES
Contact Name
ssdadmin.cpdfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT2 7EG
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
TLN 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-03d3b8-2024-05-21T10:53:56+01:00",
    "date": "2024-05-21T10:53:56+01:00",
    "ocid": "ocds-h6vhtk-03d3b8",
    "description": "The successful Contractor's performance on this Contract will be managed as per the specification and 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 this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ID 4675857",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DfC - Lagan Weir Operational Services Contract 2023-2027",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50240000",
            "description": "Repair, maintenance and associated services related to marine and other equipment"
        },
        "mainProcurementCategory": "services",
        "description": "DfC - Lagan Weir Operational Services Contract 2023-2027",
        "value": {
            "amount": 976000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "DfC - Lagan Weir Operational Services Contract 2023-2027. Additional information: No Award to be made on this occasion however the Department intends to re tender in the near future.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Quantitative",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 976000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Three optional one year extensions."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "Three optional one year extensions."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50246300",
                        "description": "Repair and maintenance services of floating structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50246400",
                        "description": "Repair and maintenance services of floating platforms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50246000",
                        "description": "Harbour equipment maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50246100",
                        "description": "Dry-docking services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241100",
                        "description": "Vessel repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241000",
                        "description": "Repair and maintenance services of ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34996200",
                        "description": "Control, safety or signalling equipment for inland waterways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-05T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-10-03T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2023-07-05T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-05T15:30:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "CPD will comply with the Public Contracts Regulations 2015 (as. amended) and. where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision.",
        "recurrence": {
            "description": "12 months plus the option to extend for 3 further periods of 12 months Recurrent every 4 years"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-84429",
            "name": "Department for Communities",
            "identifier": {
                "legalName": "Department for Communities"
            },
            "address": {
                "streetAddress": "Causeway Exchange, 1-7 Bedford Street Belfast",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT2 7EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ssdadmin.cpdfinance-ni.gov.uk",
                "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-59194",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-114209",
            "name": "Department for Communities",
            "identifier": {
                "legalName": "Department for Communities"
            },
            "address": {
                "streetAddress": "Causeway Exchange 1-7 Bedford Street Belfast County Antrim BT2 7EG",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT2 EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ssdadmin.cpdfinance-ni.gov.uk",
                "email": "ssdadmin.cpd@finance-ni.gov.uk"
            },
            "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-20217",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 such bodies with responsibility for appeal/mediation procedures. 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": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-114209",
        "name": "Department for Communities"
    },
    "language": "en",
    "awards": [
        {
            "id": "015974-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}