Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Communities
DeparCauseway Exchange 1-7 Bedford Street Belfast County Antrim BT2 7EG
BELFAST
BT2 7EG
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfC Lagan Weir Operational Services Contract 2024 – 2028
Reference number: 5524652
II.1.2) Main CPV code
79620000
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 289 880.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
90000000
90700000
90900000
90500000
34996200
37412000
50000000
50200000
50240000
50241000
50241100
50241200
50246300
50246400
50246000
50246100
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Qualitative Criteria
/ Weighting: 40
Cost criterion: Quantitative Criteria
/ Weighting: 60
II.2.11) Information about options
Options:
Yes
Description of 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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-027659
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
26/10/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ABCO MARINE SERVICES LTD
282 Moira Road
LISBURN
BT28 2TU
UK
E-mail: info@abcomarineservices.co.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 289 880.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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.
VI.4) Procedures for review
VI.4.1) Review body
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
Belfast
UK
VI.5) Date of dispatch of this notice
28/10/2024