DAERA - AFBI - Appointment of a Shipyard for the Construction of a Research Vessel

A Tender Notice
by THE DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS, THE AGRI-FOOD AND BIOSCIENCES INSTITUTE

Source
Find a Tender
Type
Contract (Goods)
Duration
29.5 month
Value
£22M
Sector
TRANSPORT
Published
16 Mar 2022
Delivery
To 07 Oct 2024 (est.)
Deadline
21 Apr 2022 14:00

Concepts

Location

Northern Ireland:

Geochart for 1 buyers and 0 suppliers

Description

AFBI wishes to engage a shipyard for the construction of a new Research Vessel which is specifically tailored to meet AFBI’s marine fisheries science requirements and be capable of technological update over a service life of 30 years minimum.

Total Quantity or Scope

Additional information: AFBI wishes to engage a suitably qualified and experienced Shipyard to build, construct, outfit, test and deliver a research vessel (approx. 50-55m length). . . The vessel will be designed and built to meet the requirement of the ICES cooperative research report no. 209 in terms of vessel underwater radiated noise. The vessel is to be a multipurpose Research Vessel to meet the survey requirements of AFBI including (but not limited to) offshore fisheries surveys (demersal and pelagic trawling and acoustic surveys), oceanographic surveys, hydrographic surveys and underwater TV surveys as well as acting as an ROV platform.. . AFBI expect that the vessel must be constructed to Lloyds Class notation as a minimum: 100A1, UMS, DP-AM, however AFBI reserve the right to request the construction of the vessel to meet a classification within the list of IACS membership, following the award of contract.. . The Norwegian ship design company Skipsteknisk A/S ("ST"), based in Ålesund, Norway has been engaged to produce a design for the vessel under a separate contract with the AFBI. . . In addition, ST will produce design documentation (which shall consist of basic and detailed design documentation) for issue to the successful contractor. This design documentation will be based upon the specific technical equipment proposed by the successful contractor and will be made available to the successful contractor in accordance with an agreed schedule.

Award Criteria

Qualitative Criteria 40
Quantitative Criteria 60

CPV Codes

  • 34513550 - Survey vessels
  • 35513200 - Auxiliary research vessel
  • 63726800 - Research vessel services
  • 34500000 - Ships and boats
  • 34510000 - Ships
  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 34513100 - Fishing vessels
  • 34513000 - Fishing, emergency and other special vessels
  • 63726700 - Fishing-vessel services
  • 98360000 - Marine services

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The Contracting Authority reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the. submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders; to award the Contract following conclusion of the first round of negotiation sessions; and/or to down-select Economic Operators following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority's absolute discretion). The Contracting Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the. procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process or negotiation process. 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. The figure indicated in II.1.5. represents an estimated contract value £22m and may increase during the life of the contract to accommodate changes, continuous improvements and advancements in technology. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for Economic Operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The successful contractor's performance. on the contract will be 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will 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 twelve months from the date of issue of the Notice.

Reference

Domains