DRD Roads Service has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Strangford Ferry Service - MV Portaferry II Hull Strengthening Project |
Notice type: | Contract Award Notice |
Authority: | DRD Roads Service |
Nature of contract: | Services |
Procedure: | Award without prior publication |
Short Description: | Structural repairs, strengthening and application of protective coatings to the MV Portaferry II ferry. This work will require either the use of a dry dock facility or a similar alternative. All works must be completed in accordance with IACS REC No 47 and in accordance with the Rules and Regulations of Lloyds Register of Shipping. Work will be subject to survey by the MCA. |
Published: | 09/03/2021 15:41 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Infrastructure
Clarence Court, 10-18 Adelaide Street, BELFAST, BT2 8GB, United Kingdom
Tel. +28 90540540, Email: pb2@infrastructure-ni.gov.uk
Main Address: https://www.infrastructure-ni.gov.uk/
NUTS Code: UKN
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Strangford Ferry Service - MV Portaferry II Hull Strengthening Project
Reference number: DAC-0122
II.1.2) Main CPV code:
50241200 - Ferry repair services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Structural repairs, strengthening and application of protective coatings to the MV Portaferry II ferry. This work will require either the use of a dry dock facility or a similar alternative. All works must be completed in accordance with IACS REC No 47 and in accordance with the Rules and Regulations of Lloyds Register of Shipping. Work will be subject to survey by the MCA.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 115,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKN - NORTHERN IRELAND
Main site or place of performance:
NORTHERN IRELAND
II.2.4) Description of the procurement: Structural repairs, strengthening and application of protective coatings to the MV Portaferry II ferry. This work will require either the use of a dry dock facility or a similar alternative. All works must be completed in accordance with IACS REC No 47 and in accordance with the Rules and Regulations of Lloyds Register of Shipping. Work will be subject to survey by the MCA.
II.2.5) Award criteria:
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the 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 OJEU: 2021/S 41-103845
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/03/2021
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Harland & Wolff (Belfast) Limited, NI664860
Queen's Island, BELFAST, BT3 9DU, United Kingdom
NUTS Code: UKN
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: Not Provided
Total value of the contract/lot: 115,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=577366026
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
Chichester Street, BELFAST, BT1 3JF, United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court, Royal Courts of Justice
Chichester Street, BELFAST, BT1 3JF, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Chichester Street, BELFAST, BT1 3JF, United Kingdom
VI.5) Date of dispatch of this notice: 09/03/2021
ANNEX D
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
No tenders or no suitable tenders/requests to participate in response to:open procedure
The works, supplies or services can be provided only by a particular economic operator for the following reason: No
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No
Purchase of supplies or services on particularly advantageous terms: No
3. Explanation
An Open competition was published in September 2019. Link to Notice 2019/S 168-411007. No compliant bids were received. An Award
Notice was published in May 2020 advising no contract was awarded. Link to Award Notice 2020/S 088-211203. 21.
Regulation 32(2)(a) of the Public Contract Regulations 2015 enables the Department to negotiate a contract directly with one or more
economic operators where no tenders, no suitable tenders, no requests to participate, or no suitable requests to participate have
been submitted in response to an open procedure or a restricted procedure, provided that the initial conditions of the contract are not
substantially altered. A VEAT notice was published 24 February 2021 and no challenges to the award decision were made during the standstill period.