Award

DfC Lagan Weir Operational Services Contract 2024 - 2028

DEPARTMENT FOR COMMUNITIES

This public procurement record has 2 releases in its history.

Award

28 Oct 2024 at 16:04

Tender

29 Aug 2024 at 15:47

Summary of the contracting process

The Department for Communities recently concluded the tendering process for the "DfC Lagan Weir Operational Services Contract 2024 – 2028." This contract falls under the category of services, specifically supply services of personnel, including temporary staff, for the maintenance of the Weir and associated river facilities in Belfast, UK. The procurement was conducted as an open procedure, with submissions closing on 3rd October 2024. The tender has been awarded to ABCO Marine Services Ltd with the contract signed on 26th October 2024, valued at £1,289,880.

This tender presents significant opportunities for businesses involved in environmental services, repair and maintenance services, and water-sports equipment. Companies specialising in these areas can find opportunities to expand their portfolio by engaging in the provision and management of such services. Given the stringent performance monitoring detailed in the tender, businesses with a strong track record of compliance and reliability will be well-suited to meet the contract requirements and foster long-term relationships with public sector clients.

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 2024 - 2028

Notice Description

The Department require a River Maintenance Team ("RMT") to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.

Lot Information

Lot 1

The Department require a River Maintenance Team ("RMT") to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis. Additional information: The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional servicesas detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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.

Options: The Department for Communities may offer three additional extension options at the end of the initial one year term each option will be for a period of one year.

Renewal: Three optional one year extensions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-049685
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034908-2024
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories

50 - Repair and maintenance services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34996200 - Control, safety or signalling equipment for inland waterways

37412000 - Water-sports equipment

50000000 - Repair and maintenance services

50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

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

50241000 - Repair and maintenance services of ships

50241100 - Vessel repair services

50241200 - Ferry 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

79620000 - Supply services of personnel including temporary staff

90000000 - Sewage, refuse, cleaning and environmental services

90500000 - Refuse and waste related services

90700000 - Environmental services

90900000 - Cleaning and sanitation services

Notice Value(s)

Tender Value
£976,000 £500K-£1M
Lots Value
£976,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£1,289,880 £1M-£10M

Notice Dates

Publication Date
28 Oct 20241 years ago
Submission Deadline
3 Oct 2024Expired
Future Notice Date
Not specified
Award Date
25 Oct 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
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

Supplier Information

Number of Suppliers
1
Supplier Name

ABCO MARINE SERVICES

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-049685-2024-10-28T16:04:50Z",
    "date": "2024-10-28T16:04:50Z",
    "ocid": "ocds-h6vhtk-049685",
    "description": "The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue. The Authority expressly reserves the rights (I). not to award any contract as a result of.. the. procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and.. structure. of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and (IV). to. award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.",
    "initiationType": "tender",
    "tender": {
        "id": "5524652",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DfC Lagan Weir Operational Services Contract 2024 - 2028",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79620000",
            "description": "Supply services of personnel including temporary staff"
        },
        "mainProcurementCategory": "services",
        "description": "The Department require a River Maintenance Team (\"RMT\") to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.",
        "value": {
            "amount": 976000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Department require a River Maintenance Team (\"RMT\") to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis. Additional information: The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional servicesas detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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.",
                "value": {
                    "amount": 976000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Three optional one year extensions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Department for Communities may offer three additional extension options at the end of the initial one year term each option will be for a period of one year."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Quantitative Criteria",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90900000",
                        "description": "Cleaning and sanitation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34996200",
                        "description": "Control, safety or signalling equipment for inland waterways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "37412000",
                        "description": "Water-sports equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50240000",
                        "description": "Repair, maintenance and associated services related to marine and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241000",
                        "description": "Repair and maintenance services of ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241100",
                        "description": "Vessel repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50241200",
                        "description": "Ferry repair 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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-10-03T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-01-31T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2024-10-03T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2024-10-03T15:30:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": 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."
    },
    "parties": [
        {
            "id": "GB-FTS-123009",
            "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-128487",
            "name": "Department for Communities",
            "identifier": {
                "legalName": "Department for Communities"
            },
            "address": {
                "streetAddress": "DeparCauseway Exchange 1-7 Bedford Street Belfast County Antrim BT2 7EG",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT2 7EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "SSDAdmin.CPDfinance-ni.gov.uk",
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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-128488",
            "name": "ABCO MARINE SERVICES LTD",
            "identifier": {
                "legalName": "ABCO MARINE SERVICES LTD"
            },
            "address": {
                "streetAddress": "282 Moira Road",
                "locality": "LISBURN",
                "region": "UK",
                "postalCode": "BT28 2TU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@abcomarineservices.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-25435",
            "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-128487",
        "name": "Department for Communities"
    },
    "language": "en",
    "awards": [
        {
            "id": "034908-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-128488",
                    "name": "ABCO MARINE SERVICES LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "034908-2024-1-1",
            "awardID": "034908-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 1289880,
                "currency": "GBP"
            },
            "dateSigned": "2024-10-26T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}