Notice Information
Notice Title
CEFAS23-18 Specialist Marine Technical Consultant
Notice Description
Specialist Technical Marine Consultancy services required to support the development of a Project Business Case for a vessel refit/replacement and overseeing delivery of the business case 'preferred option'.
Lot Information
Lot 1
Cefas underpin the development of key government policy and UK national and international obligations with respect to the sustainable use of the seas through the generation of expert science and evidence. Access to assets that enable the generation and collection of key data are essential to this critical role. Primary amongst these assets is the research vessel (RV) Cefas Endeavour.
RV Cefas Endeavour enables the collection of marine scientific data and evidence to underpin our critical role in support of Defra and other government departments. RV Cefas Endeavour is also the primary vehicle through which Cefas can generate the necessary data to underpin national and international obligations such as sustainable fisheries, food security, biodiversity and conservation and environmental quality. It is important to note that RV Cefas Endeavour is also used for survey and monitoring work by multiple UK Government Departments, as well as UK academic institutions, and therefore supports wider UK sustainability objectives.
RV Cefas Endeavour is managed and maintained to achieve a planned operational life of 30 years, and having been delivered in 2003, this means the planned end of operational life is in 2033.
Following Cefas' inclusion within the UK Government's National Shipbuilding Strategy: A refreshed strategy for a globally successful, innovative and sustainable shipbuilding enterprise , Cefas has commenced and will be continuing to develop a Project Business Case to assess how Cefas can best undertake marine scientific data collection beyond the planned operational life of RV Cefas Endeavour. The intention is to submit the Project Business Case (at Outline Business Case stage) for consideration as part of a future Comprehensive Spending Review (expected to be mid-late 2024). Additional information: The initial Contract Period shall be for the delivery of Parts A and B only. The initial Contract Period shall be a period of two years and the Authority reserves the right to extend the initial Contract Period by one year.
At its sole discretion, the Authority reserves the right to extend the Contract beyond the initial Contract Period to include Activities required for the 'Preferred Option' under Part C (upon conclusion of Part B), and Part D (upon conclusion of Part C), until a maximum end date of 31 March 2034.
Although the Contract Period shall be for the delivery of all Parts set out in the Specification (Parts A, B, C, and D), progression beyond Parts A and B to any and each subsequent stage will require express approval from the Authority. The Authority may, subject to the necessary approvals being in place and confirming the Services and Charges with the Supplier for Parts C and or D, progress to Parts C and or D of the Contract.
The Authority would also draw the Supplier's attention to the Authority's right to terminate the Contract pursuant to clause 14.3.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03dfde
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035953-2023
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
45 - Construction work
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy 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
45244000 - Marine construction works
63726700 - Fishing-vessel services
63726800 - Research vessel services
71300000 - Engineering services
71310000 - Consultative engineering and construction services
71318000 - Advisory and consultative engineering services
71320000 - Engineering design services
71330000 - Miscellaneous engineering services
73110000 - Research services
73112000 - Marine research services
Notice Value(s)
- Tender Value
- £1,250,000 £1M-£10M
- Lots Value
- £1,250,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Dec 20232 years ago
- Submission Deadline
- 5 Sep 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 13 Nov 20232 years ago
- Contract Period
- 22 Oct 2023 - 23 Oct 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE
- Contact Name
- Lisa Scott
- Contact Email
- procure@cefas.gov.uk
- Contact Phone
- Not specified
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
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-03dfde-2023-12-06T14:28:07Z",
"date": "2023-12-06T14:28:07Z",
"ocid": "ocds-h6vhtk-03dfde",
"initiationType": "tender",
"tender": {
"id": "CEFAS23-18",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "CEFAS23-18 Specialist Marine Technical Consultant",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71318000",
"description": "Advisory and consultative engineering services"
},
"mainProcurementCategory": "services",
"description": "Specialist Technical Marine Consultancy services required to support the development of a Project Business Case for a vessel refit/replacement and overseeing delivery of the business case 'preferred option'.",
"value": {
"amount": 1250000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Cefas underpin the development of key government policy and UK national and international obligations with respect to the sustainable use of the seas through the generation of expert science and evidence. Access to assets that enable the generation and collection of key data are essential to this critical role. Primary amongst these assets is the research vessel (RV) Cefas Endeavour.<br/>RV Cefas Endeavour enables the collection of marine scientific data and evidence to underpin our critical role in support of Defra and other government departments. RV Cefas Endeavour is also the primary vehicle through which Cefas can generate the necessary data to underpin national and international obligations such as sustainable fisheries, food security, biodiversity and conservation and environmental quality. It is important to note that RV Cefas Endeavour is also used for survey and monitoring work by multiple UK Government Departments, as well as UK academic institutions, and therefore supports wider UK sustainability objectives. <br/>RV Cefas Endeavour is managed and maintained to achieve a planned operational life of 30 years, and having been delivered in 2003, this means the planned end of operational life is in 2033. <br/>Following Cefas' inclusion within the UK Government's National Shipbuilding Strategy: A refreshed strategy for a globally successful, innovative and sustainable shipbuilding enterprise , Cefas has commenced and will be continuing to develop a Project Business Case to assess how Cefas can best undertake marine scientific data collection beyond the planned operational life of RV Cefas Endeavour. The intention is to submit the Project Business Case (at Outline Business Case stage) for consideration as part of a future Comprehensive Spending Review (expected to be mid-late 2024). Additional information: The initial Contract Period shall be for the delivery of Parts A and B only. The initial Contract Period shall be a period of two years and the Authority reserves the right to extend the initial Contract Period by one year.<br/><br/>At its sole discretion, the Authority reserves the right to extend the Contract beyond the initial Contract Period to include Activities required for the 'Preferred Option' under Part C (upon conclusion of Part B), and Part D (upon conclusion of Part C), until a maximum end date of 31 March 2034.<br/><br/>Although the Contract Period shall be for the delivery of all Parts set out in the Specification (Parts A, B, C, and D), progression beyond Parts A and B to any and each subsequent stage will require express approval from the Authority. The Authority may, subject to the necessary approvals being in place and confirming the Services and Charges with the Supplier for Parts C and or D, progress to Parts C and or D of the Contract. <br/><br/>The Authority would also draw the Supplier's attention to the Authority's right to terminate the Contract pursuant to clause 14.3.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Cost",
"type": "cost",
"description": "30"
}
]
},
"value": {
"amount": 1250000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2023-10-23T00:00:00+01:00",
"endDate": "2033-10-23T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34500000",
"description": "Ships and boats"
},
{
"scheme": "CPV",
"id": "34510000",
"description": "Ships"
},
{
"scheme": "CPV",
"id": "63726700",
"description": "Fishing-vessel services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "34512000",
"description": "Ships and similar vessels for the transport of persons or goods"
},
{
"scheme": "CPV",
"id": "35513200",
"description": "Auxiliary research vessel"
},
{
"scheme": "CPV",
"id": "63726800",
"description": "Research vessel services"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "34513100",
"description": "Fishing vessels"
},
{
"scheme": "CPV",
"id": "34513000",
"description": "Fishing, emergency and other special vessels"
},
{
"scheme": "CPV",
"id": "34513550",
"description": "Survey vessels"
},
{
"scheme": "CPV",
"id": "45244000",
"description": "Marine construction works"
},
{
"scheme": "CPV",
"id": "73110000",
"description": "Research services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71330000",
"description": "Miscellaneous engineering services"
},
{
"scheme": "CPV",
"id": "73112000",
"description": "Marine research services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Lowestoft"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-09-05T23:45:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-07-07T16:00:00+01:00"
},
"bidOpening": {
"date": "2023-07-07T16:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-37696",
"name": "Centre for Environment, Fisheries and Aquaculture Science",
"identifier": {
"legalName": "Centre for Environment, Fisheries and Aquaculture Science"
},
"address": {
"streetAddress": "Pakefield Road",
"locality": "Lowestoft",
"region": "UK",
"postalCode": "NR33 0HT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Lisa Scott",
"email": "procure@cefas.gov.uk",
"url": "https://atamis-9529.my.site.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cefas.co.uk/",
"buyerProfile": "https://defra-family.force.com/s/Welcome",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "05",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-1944",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "17 Nobel House",
"locality": "London",
"postalCode": "SW1P 3JR",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs"
}
},
{
"id": "GB-FTS-100144",
"name": "Houlder Ltd",
"identifier": {
"legalName": "Houlder Ltd",
"id": "04400298"
},
"address": {
"streetAddress": "1-2 Paris Garden, London",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8ND",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2392875277"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.houlderltd.com/",
"scale": "sme"
}
},
{
"id": "GB-FTS-69584",
"name": "Public Procurement Review Body",
"identifier": {
"legalName": "Public Procurement Review Body"
},
"address": {
"streetAddress": "N/A",
"locality": "N/A",
"postalCode": "N/A",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
}
],
"buyer": {
"id": "GB-FTS-37696",
"name": "Centre for Environment, Fisheries and Aquaculture Science"
},
"language": "en",
"awards": [
{
"id": "035953-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-100144",
"name": "Houlder Ltd"
}
]
}
],
"contracts": [
{
"id": "035953-2023-1",
"awardID": "035953-2023-1",
"status": "active",
"dateSigned": "2023-11-13T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "4",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "6",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "7",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "1",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1120624,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 4772380,
"currency": "GBP"
}
]
}
}