UK-Swindon: Repair and maintenance services of ships.

UK-Swindon: Repair and maintenance services of ships.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7562167366, Email: kate.richardson@ukri.org
Contact: Kate Richardson
Main Address: www.ukri.org
NUTS Code: UKK14

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: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: RRS Sir David Attenborough (SDA) Refit Contract 2025
Reference number: UKRI-4651

II.1.2) Main CPV code:
50241000 - Repair and maintenance services of ships.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: This is a Contract Award for ship maintenance services. The Contract was awarded following a negotiated procedure without prior publication, in accordance with Regulation 32(2)(b)(ii) of the Public Contract Regulations.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 38,000,000

Currency:DKK

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
DK - DANMARK

Main site or place of performance:
DANMARK


II.2.4) Description of the procurement: This requirement is for the provision ship refit services, to support the British Antarctic Survey (BAS).

The Contract is required to provide dry dock, repair and upgrade services and facilities in accordance with the 5 annual special survey requirements and the repairs and upgrades within the SDA 2025 refit Specification. Along with the refit infrastructure the yard are required to support OEM and SME contracts to support the works within the refit and conduct specialised purchasing of equipment and materials required for the special dry docking and refit.

II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 100

Price - Weighting: 0


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: Contract value approximately £4.2m in GBP


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
Not Provided


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: 11/02/2025

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Orskov Yard A/S, N/A
1000399412, Str Havnepladsen 16, Frederikshavn, 9900, Denmark
Tel. +45 96208500
Internet address: https://www.orskov.dk/offshore/
NUTS Code: DK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 38,000,000
Total value of the contract/lot: 38,000,000
Currency: DKK

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: Procurement Contract Transparency Data: Redacted contract documents will be made available within the next 30 days on the UKRI website at: https://www.ukri.org/about-us/procurement-contract-transparency-data
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=925090265

VI.4) Procedures for review

VI.4.1) Review body
UK Research & Innovation
Swindon, SN2 1FL, 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
Not Provided

VI.5) Date of dispatch of this notice: 12/02/2025




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: Not Provided



The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

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
Competition is not possible due to shipyard (dry dock) availability in the required timeframe and existing knowledge of the vessel. Alternatives would face technical difficulties in completing the refit, increasing costs and delay to the overall programme.