Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure Rivers
49 Tullywiggan Road
Cookstown
BT80 8SG
Contact
Procurement Operations Branch
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DFI 3233014 – SHIMNA FLOOD ALLEVIATION SCHEME
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
The project is for the provision of Shimna Flood Alleviation Scheme. The Economic Operator Team (EOT) will complete the construction of a fluvial flood defence in Newcastle, with an envisaged construction period of 12 months. The flood defence extends both upstream and downstream from New Bridge on the Bryansford Road and is approximately a total length of 1.45km comprising a combination of sheet pile flood walls (approx. 0.45km), secant pile flood walls (approx 0.89km) and piled earth embankments (approx. 0.11km). The EOT will be responsible for the final detailed design of the secant piles and sheet piles. Additionally, the works include the demolition of a number of property boundary walls and fences, the Relocation of a drainage ditch, construction of new pathways, wall cladding, a retaining wall, back drainage, landscaping, the erection of a flood gate and River works to MEMORANDUM OF INFORMATION PART B The EOT will also be responsible for Landowner and Stakeholder consultations ensuring necessary permissions, licences, permits, consents and approvals.
two.1.5) Estimated total value
Value excluding VAT: £6,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45240000 - Construction work for water projects
- 45262211 - Pile driving
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
Main site or place of performance
Upstream and downstream.. from New Bridge on the Bryansford Road, Newcastle, County Down
two.2.4) Description of the procurement
The project is for the provision of Shimna Flood Alleviation Scheme. The Economic Operator Team (EOT) will complete the construction of a fluvial flood defence in Newcastle, with an envisaged construction period of 12 months. The flood defence extends both upstream and downstream from New Bridge on the Bryansford Road and is approximately a total length of 1.45km comprising a combination of sheet pile flood walls (approx. 0.45km), secant pile flood walls (approx 0.89km) and piled earth embankments (approx. 0.11km). The EOT will be responsible for the final detailed design of the secant piles and sheet piles. Additionally, the works include the demolition of a number of property boundary walls and fences, the Relocation of a drainage ditch, construction of new pathways, wall cladding, a retaining wall, back drainage, landscaping, the erection of a flood gate and River works to MEMORANDUM OF INFORMATION PART B The EOT will also be responsible for Landowner and Stakeholder consultations ensuring necessary permissions, licences, permits, consents and approvals.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Refer to PQQ documents. Given the confidential nature of. documentation contained within the tender pack, shortlisted Economic Operators will be required to. sign a Non-Disclosure Agreement... prior to release of the tender documents. Refer to PQQ documentation for Non-Disclosure Agreement.. Please note also that the tender... documents will be digitally controlled with licensing provided by the Employer for access and use of the. documentation. The tender... documents will contain unique features specific to each tenderer to allow tracing of document history
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to PQQ documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Economic Operators’ performance on this Contract will be regularly monitored.. As. part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier. Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures:. https://. www.financeni.gov.uk/.publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. If an Economic. Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting. Authority at its, discretion can consider an Economic Operator’s exclusion from future procurements, being undertake n on behalf of. bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. .. A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: . https://www.finance-ni.gov.uk/articles/listpublicbodies which ni public procurement policy-applies.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
1 April 2021
Local time
3:00pm
Changed to:
Date
22 February 2021
Local time
3:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 July 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
CPD, in its capacity as a central purchasing body, is managing this procurement procedure on behalf of the contracting authority which... is The Department for Infrastructure. The Contracting Authority expressly reserves the right to award one, some, all. or no Lots; . ii. not to.. award any contract/framework agreement as a result of the procurement process commenced by publication of. this notice or to cancel.. the procurement at any stage; and. iii. to make whatever changes it may see fit to the content and structure of the. tendering competition.. and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates.. Any expenditure, work.. or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate. participating in this.. procurement process. No business whatsoever is guaranteed under any resulting framework agreement or contract. indeed there is no.. guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation. etc will be paid if a.. contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process. only on the basis.. that they fully understand and accept this position
six.4) Procedures for review
six.4.1) Review body
Department of Finance, Construction Procurement Delivery Procurement Operations Branch
Clare House, 303 Airport Road West
Belfast
BT3 9ED
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will incorporate a minimum 10 calendar day Standstill Period following. electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision