Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
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.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
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 involves joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DfI Roads and Rivers - Supply and Delivery of Centrifugal Pumps (3 Lots)
Reference number
CfT:4580472
two.1.2) Main CPV code
- 42122430 - Centrifugal pumps
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Department for Infrastructure (DfI) Roads and Rivers wishes to establish a framework agreement for the supply and delivery of centrifugal pumps. The requirement has been divided into 3 lots and Economic Operators may tender for one or more lot(s).
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £330,536
two.2) Description
two.2.1) Title
Lot 1 - Supply and Delivery of 11 number 4 Inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps.
Lot No
1
two.2.2) Additional CPV code(s)
- 42122430 - Centrifugal pumps
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department for Infrastructure (DfI) Roads and Rivers wishes to establish a framework agreement for the supply and delivery of centrifugal pumps. The requirement has been divided into 3 lots and Economic Operators may tender for one or more lot(s).
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
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
two.2) Description
two.2.1) Title
Lot 2 - Supply and Delivery of 2 number 6 Inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps.
Lot No
2
two.2.2) Additional CPV code(s)
- 42122430 - Centrifugal pumps
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department for Infrastructure (DfI) Roads and Rivers wishes to establish a framework agreement for the supply and delivery of centrifugal pumps. The requirement has been divided into 3 lots and Economic Operators may tender for one or more lot(s).
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
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
two.2) Description
two.2.1) Title
Lot 3 - Supply and Delivery of 2 number 6 Inch Tractor Powered PTO Driven Self-priming Centrifugal Chopper Pump and Accompanying Suction / Delivery Hoses and Associated Couplings/Fittings
Lot No
3
two.2.2) Additional CPV code(s)
- 42122430 - Centrifugal pumps
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department for Infrastructure (DfI) Roads and Rivers wishes to establish a framework agreement for the supply and delivery of centrifugal pumps. The requirement has been divided into 3 lots and Economic Operators may tender for one or more lot(s).
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-035117
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 - Supply and Delivery of 11 number 4 Inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps.
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 February 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
XYLEM WATER SOLUTIONS UK LTD
PRIVATE ROAD 1
NOTTINGHAM
NG4 2AN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £275,000
Total value of the contract/lot: £258,348.42
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 - Supply and Delivery of 2 number 6 Inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps.
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 February 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
XYLEM WATER SOLUTIONS UK LTD
PRIVATE ROAD 1
NOTTINGHAM
NG4 2AN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £70,000
Total value of the contract/lot: £72,187.48
Section five. Award of contract
Contract No
3
Lot No
3
Title
Lot 3 - Supply and Delivery of 2 number 6 Inch Tractor Powered PTO Driven Self-priming Centrifugal Chopper Pump and Accompanying Suction / Delivery Hoses and Associated Couplings/Fittings
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored. Contractors 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 DfI 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 competition. being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. period of twelve months from the date of issue of the certificate.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
BELFAST
Country
United Kingdom