
Market Leads & Opportunities
United Kingdom-Cookstown: DFI Rivers — Fabrication, Supply and Delivery of Steel Inlet and Outlet Grilles — Re-tender
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 104-237175/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, Head Quarters
Postal address: 49 Tullywiggan Road, Loughry
Town: Cookstown
Postal code: BT80 8SG
Country: United Kingdom
Email: gareth.rennix@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
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:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
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: DFI Rivers — Fabrication, Supply and Delivery of Steel Inlet and Outlet Grilles — Re-tender
II.1.2) Main CPV code: 44316300
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Grilles are an important part of DFI Rivers defences against flooding and they are normally positioned at the upstream entrance to piped and culverted watercourses. They trap debris to prevent it from entering the system and causing an obstruction within that cannot be cleared until the flood waters have subsided. This has serious implications for risk to life, damage to properties and can cause essential infrastructure to fail. The structure is designed to trap debris at one location and provides a safe access for Rivers officers to inspect it and safely remove any build-up of debris or obstruction trapped by the grille.
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
44316300
II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
Grilles are an important part of DFI Rivers defences against flooding and they are normally positioned at the upstream entrance to piped and culverted watercourses. They trap debris to prevent it from entering the system and causing an obstruction within that cannot be cleared until the flood waters have subsided. This has serious implications for risk to life, damage to properties and can cause essential infrastructure to fail. The structure is designed to trap debris at one location and provides a safe access for Rivers officers to inspect it and safely remove any build-up of debris or obstruction trapped by the grille.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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: 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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 2018-07-06 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:2018-10-04
IV.2.7) Conditions for opening tenders
Date: 2018-07-06 Local time: 15:30 Place:Central Procurement Directorate. Clare House. Belfast.
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:
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. The issue of a Certificate 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 12 months from the date of issue of the certificate.
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: Belfast
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:2018-06-01
More Opportunties
- Aseptic Isolators and Cabinets
13 Jun 25
The main purpose of this framework is to supply aseptic isolators and cabinets to Pharmacy Aseptic Units where aseptic hazardous and non-hazardous products are prepared. Aseptic Isolators and laminar flow cabinets are commonly found in the pharmacy depart> > - Award Notification – Electricity Supply
13 Jun 25
Direct award from NEPO0301 Electricity Supply - this is a sole-supplier framework agreement> > - 1965 e-learning Pro Licenses for NHS Arden & GEM CSU
13 Jun 25
Provision of e-learning Pro Licenses for NHS Arden & Greater East Midlands Commissioning Support Unit. This was procured using Crown Commercial Services: G-Cloud 14.> >