Tender

DFI 3233014 – SHIMNA FLOOD ALLEVIATION SCHEME

  • Department for Infrastructure Rivers

F02: Contract notice

Notice identifier: 2021/S 000-000335

Procurement identifier (OCID): ocds-h6vhtk-02889c

Published 8 January 2021, 10:56am



The closing date and time has been changed to:

22 February 2021, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure Rivers

49 Tullywiggan Road

Cookstown

BT80 8SG

Contact

Procurement Operations Branch

Email

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