Section one: Contracting authority
one.1) Name and addresses
DFI Roads and Rivers
Clarence Court, 10-18 Adelaide Street
BELFAST
BT2 8GB
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region 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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
ID 4165689 - DfI - Roads and Rivers Stores and Procurement - PROVISION OF HYDROMETRIC SUPPLIES SERVICES AND TRAINING
Reference number
ID 4165689
two.1.2) Main CPV code
- 71351612 - Hydrometeorology services
two.1.3) Type of contract
Services
two.1.4) Short description
The Hydrometric Section within Department for Infrastructure (DFI) operates the Northern Ireland Surface Water Hydrometric Network, mainly for flood defence, water quality and water resource purposes. As well as assisting the Agency's flood estimation, flood assessment and regulatory and advisory functions, the network supports key functions of some other government agencies. Data was made available to many external organisations such as the Northern Ireland Environment Agency in relation to water quality and pollution issues, NI Water for water resources, universities for environmental research and other educational establishments for various projects. The Northern Ireland Surface Water Hydrometric Network currently consists of 130 hydrometric gauging stations and 5 rainfall stations located across Northern Ireland. Water levels are recorded and flows measured to derive ratings, from which estimates of flow are obtained using the stage-time series. The prime objective of the section is to provide data for use in the design, monitoring and maintenance of drainage schemes, flood alleviation schemes, flood awareness and flood risk assessment / management studies. DfI Rivers wish to appoint a Contractor for the provision of equipment, services and training to ensure that the staff of their Hydrometric Section have the necessary equipment, support and are competent, through training and experience, to carry out their duties. Please refer to document ID 4165689 - Specification for more information on this requirement.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38411000 - Hydrometers
- 72000000 - IT services: consulting, software development, Internet and support
- 72212222 - Web server software development services
- 72212224 - Web page editing software development services
- 72400000 - Internet services
- 72413000 - World wide web (www) site design services
- 72415000 - World wide web (www) site operation host services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Hydrometric Section within Department for Infrastructure (DFI) operates the Northern Ireland Surface Water Hydrometric Network, mainly for flood defence, water quality and water resource purposes. As well as assisting the Agency's flood estimation, flood assessment and regulatory and advisory functions, the network supports key functions of some other government agencies. Data was made available to many external organisations such as the Northern Ireland Environment Agency in relation to water quality and pollution issues, NI Water for water resources, universities for environmental research and other educational establishments for various projects. The Northern Ireland Surface Water Hydrometric Network currently consists of 130 hydrometric gauging stations and 5 rainfall stations located across Northern Ireland. Water levels are recorded and flows measured to derive ratings, from which estimates of flow are obtained using the stage-time series. The prime objective of the section is to provide data for use in the design, monitoring and maintenance of drainage schemes, flood alleviation schemes, flood awareness and flood risk assessment / management studies. DfI Rivers wish to appoint a Contractor for the provision of equipment, services and training to ensure that the staff of their Hydrometric Section have the necessary equipment, support and are competent, through training and experience, to carry out their duties. Please refer to document ID 4165689 - Specification for more information on this requirement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract will be potentially be due to be re-procured after initial contract period or following any extension period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
:After the initial contract period of 3 years there will be an options to extend the contract for a further two periods of 1 year. (3+1+1)
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.1.8) 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
Date
19 December 2022
Local time
3:00pm
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: 19 March 2023
four.2.7) Conditions for opening of tenders
Date
19 December 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions.
six.3) Additional information
The successful contractor’s performance on this contract will be managed as per the specification and 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 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 notice of unsatisfactory performance and this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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. The authority expressly reserves the rights:. . (i) not to award any contract as a result of the procurement process commenced by publication of this notice;. .... (ii) to make. whatever changes it may see fit to the content and structure of the tendering competition;. . (iii) to award (a) contract(s) in... respect of any. part(s) of the (services) covered by this notice; and. . (iv) to award contract(s) in stages and in no circumstances will the... authority be liable for any costs incurred by candidates
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 as amended
United Kingdom
Country
United Kingdom
six.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.