web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: River regulation and flood control works

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 243-505530/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Department for Infrastructure — Rivers
Postal address: C/O Clare House — 303 Airport Road West
Town: Belfast
Postal code: BT9 9ED
Country: United Kingdom
Email: michelle.frew@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ID 1217525 DFI Rivers Agency — Supply and Delivery of Temporary Demountable Flood Barriers

Reference number: ID 1217525
II.1.2) Main CPV code: 45246000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This contract is for the supply and delivery of temporary flood barriers to enable the client to provide additional flood protection. The tender will be split into 3 lots enabling tenderers to quote for 1, 2 or all specified barriers. The successful tenderer(s) will be required to supply barriers to retain the specified flood water height including all ancillary items e.g. straps, locking mechanisms and to deliver items to DfI Rivers depot. The client requires the creation of temporary flood protection systems which are formed by removable flood protection barriers that are wholly installed during a flood event and removed completely when flood levels have receded. The client has identified 3 types of flood barriers for use in differing flood scenarios and for anticipated ground conditions:
Lot 1 — modular self-filling flood barrier;
Lot 2 — water filled tube flood barrier;
Lot 3 — multi-cellular concertina flood barrier.
II.1.5) Estimated total value:
Value excluding VAT: 600000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:3
Maximum number of lots that may be awarded to one tenderer 3
II.2) Description
II.2.1) Title: Lot 1 — Modular self-filling flood barrier

Lot No:1
II.2.2) Additional CPV code(s)
45246400, 45246410

II.2.3) Place of performance
Nuts code: UKN0
II.2.4) Description of the procurement:
This contract is for the supply and delivery of temporary flood barriers to enable the client to provide additional flood protection. The tender will be split into 3 lots enabling tenderers to quote for one, two or all specified barriers. The successful tenderer(s) will be required to supply barriers to retain the specified flood water height including all ancillary items e.g. straps, locking mechanisms and to deliver items to DfI rivers depot. The client requires the creation of temporary flood protection systems which are formed by removable flood protection barriers that are wholly installed during a flood event and removed completely when flood levels have receded. The client has identified 3 types of flood barriers for use in differing flood scenarios and for anticipated ground conditions:
Lot 1 — modular self-filling flood barrier;
Lot 2 — water filled tube flood barrier;
Lot 3 — multi-cellular concertina flood barrier.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 405000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The initial contract shall be for 24 months. The client may, at its sole discretion, extend the duration of this call-off contract for any extension Period up to and including 12 months commencing from the expiry date of the original call-off contract term by giving the contractor no less than 1 month’s written notice prior to the end of the initial term.

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 in II.2.6 is the maximum estimated call-off contract value which ranges from: Lot 1 — GBP 270 000 – GBP 405 000. The range reflects the potential scale of the call-off Contract and takes into account changes to the scope/and or scale. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid.

II.2.1) Title: Lot 2 — Water filled tube flood barrier

Lot No:2
II.2.2) Additional CPV code(s)
45246400, 45246410

II.2.3) Place of performance
Nuts code: UKN0
II.2.4) Description of the procurement:
This contract is for the supply and delivery of temporary flood barriers to enable the Client to provide additional flood protection. The tender will be split into 3 lots enabling tenderers to quote for 1, 2 or all specified barriers. The successful tenderer(s) will be required to supply barriers to retain the specified flood water height including all ancillary items e.g. straps, locking mechanisms and to deliver items to DfI rivers depot. The client requires the creation of temporary flood protection systems which are formed by removable flood protection barriers that are wholly installed during a flood event and removed completely when flood levels have receded. The Client has identified 3 types of flood barriers for use in differing flood scenarios and for anticipated ground conditions:
Lot 1 — modular self-filling flood barrier;
Lot 2 — water filled tube flood barrier;
Lot 3 — multi-cellular concertina flood barrier.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 120000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The initial contract shall be for 24 months. The client may, at its sole discretion, extend the duration of this call-off contract for any extension period up to and including 12 months commencing from the expiry date of the original call-off contract term by giving the contractor no less than 1 month’s written notice prior to the end of the initial term.

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 in II.2.6 is the maximum estimated call-off contract value which ranges from: Lot 2 — GBP 80 000 – GBP 120 000. The range reflects the potential scale of the call-off contract and takes into account changes to the scope/and or scale. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid.

II.2.1) Title: Lot 3 – Multi-cellular concertina flood barrier.

Lot No:3
II.2.2) Additional CPV code(s)
45246400, 45246410

II.2.3) Place of performance
Nuts code: UKN0
II.2.4) Description of the procurement:
This contract is for the supply and delivery of temporary flood barriers to enable the client to provide additional flood protection. The tender will be split into 3 lots enabling tenderers to quote for 1, 2 or all specified barriers. The successful tenderer(s) will be required to supply barriers to retain the specified flood water height including all ancillary items e.g. straps, locking mechanisms and to deliver items to DfI rivers depot. The client requires the creation of temporary flood protection systems which are formed by removable flood protection barriers that are wholly installed during a flood event and removed completely when flood levels have receded. The client has identified 3 types of flood barriers for use in differing flood scenarios and for anticipated ground conditions:
Lot 1 — modular self-filling flood barrier;
Lot 2 — water filled tube flood barrier;
Lot 3 — multi-cellular concertina flood barrier.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 75000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The initial contract shall be for 24 months. The client may, at its sole discretion, extend the duration of this call-off contract for any extension period up to and including 12 months commencing from the expiry date of the original call-off contract term by giving the contractor no less than 1 month’s written notice prior to the end of the initial term.

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 in II.2.6 is the maximum estimated call-off contract value which ranges from: Lot 3 — GBP 50 000 – GBP 75 000. The range reflects the potential scale of the call-off contract and takes into account changes to the scope/and or scale. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation

III.2.2) Contract performance conditions: The successful contractor’s performance on the contract will be regularly monitored. A contractor 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 Certificate of Unsatisfactory Performance and the contract may be terminated. If contractor performance does not improve then DfI Rivers reserve the right to remove that item from the contract with that contractor and source the item elsewhere.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-01-23 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2018-04-23
IV.2.7) Conditions for opening tenders
Date: 2018-01-23 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
DfI rivers wishes to appoint contractors to deliver on three separate lots. Tenderers may bid for lot 1 or lot 2 or lot 3 or 2 lots or all lots. Each lot will be evaluated independently. A tenderer may be awarded a position on more than 1 of the lots on the basis of lowest price. The lots under this call-off contract are as follows:
Lot 1 – modular self-filling flood barrier;
Lot 2 – water filled tube flood barrier;
Lot 3 – multi-cellular concertina flood barrier. The estimated total contract value is between GBP 400 000 and GBP 600 000 for the contract period including all possible extensions. The range reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future operational requirements. 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 Authority can provide any guarantee as to the level of business under this contract.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Town: As above
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is. communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice:2017-12-14