Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

DfC Lagan Weir Operational Services Contract 2024 – 2028

  • First published: 01 November 2024
  • Last modified: 01 November 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-049685
Published by:
Department for Communities
Authority ID:
AA72536
Publication date:
01 November 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
34996200 Control, safety or signalling equipment for inland waterways Control, safety or signalling equipment for roads
50246100 Dry-docking services Harbour equipment maintenance services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
50241200 Ferry repair services Repair and maintenance services of ships
50246000 Harbour equipment maintenance services Repair, maintenance and associated services related to marine and other equipment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50000000 Repair and maintenance services Other Services
50246400 Repair and maintenance services of floating platforms Harbour equipment maintenance services
50246300 Repair and maintenance services of floating structures Harbour equipment maintenance services
50241000 Repair and maintenance services of ships Repair, maintenance and associated services related to marine and other equipment
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
50240000 Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
79620000 Supply services of personnel including temporary staff Recruitment services
50241100 Vessel repair services Repair and maintenance services of ships
37412000 Water-sports equipment Outdoor sports equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
SSDAdmin.CPD@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.