Award

IMO Main Gate Replacement

  • Department for Transport

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-000918

Procurement identifier (OCID): ocds-h6vhtk-0396cd

Published 12 January 2023, 10:23am



Section one: Contracting authority/entity

one.1) Name and addresses

Department for Transport

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

Email

DfTProcurement@dft.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-transport

one.4) Type of the contracting authority

Other type

Maritime Policy

one.5) Main activity

Other activity

Maritime Policy


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

IMO Main Gate Replacement

two.1.2) Main CPV code

  • 45421148 - Installation of gates

two.1.3) Type of contract

Works

two.1.4) Short description

Urgent requirement to design and install a new gate system to replace existing failed gate. Construction must be complete by April 2023.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £200,000 / Highest offer: £300,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Urgent requirement to design and install a new gate system to replace existing failed gate. Construction must be complete by April 2023.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • No tenders or no suitable tenders/requests to participate in response to restricted procedure
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
  • Additional deliveries by the original supplier

Explanation:

The value of these works is under OJEU threshold.

Multiple gate specialists were invited to attend site in November 2021 to review the existing system to facilitate an understanding of the scope of work required for repairs. Only two contractors attended site, one submitted a proprietary proposal to address the failing gate in March 2022. The existing gate failed in April 2022. The only contractor to submit a proposal was contracted to undertake a full intrusive survey of the site/system prior to implementing their proposal.

Due to operational requirements for the building, the contractor was requested to put in place an interim measure to get the gate back into operation ahead of further intrusive investigatory work prior to designing a replacement system. The investigatory work established that it is not suitable to retain the existing top hung gate system due to access and safety issues. The contractor has designed an alternative solution which meets the site and security requirements of the building’s occupants. This contract is to remove the existing system and replace it with a proprietary floor rolling gate system.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

Contract No

TMIMB0036

Title

IMO Main Gate Replacement

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

11 January 2023

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

6S Global limited

Dartford

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £200,000 / Highest offer: £300,000 taken into consideration

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Department for Transport

London

Country

United Kingdom