CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 250-526591/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Department for Infrastructure — Rivers
Postal address: 49 Tullywiggan Road, Loughry
Town: Cookstown
Postal code: BT80 8SG
Country: United Kingdom
Email: ICT.CPD@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CFT 1101473 — DfI — Rivers — Provision of Hydrometric Supplies Services and Training
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The hydrometric section within DfI-Rivers operates the Northern Ireland surface water hydrometric network, mainly for flood defence, water quality and water resource purposes. The hydrometric section acts as coordinator and provided advice and dissemination for meteorological information provided by the Met Office. It is an objective of the DfI–Rivers that hydrometric staff has the necessary equipment, support and are competent, through training and experience, to carry out their duties. DfI-Rivers is now inviting tenders for the provision of equipment, services and training. It is intended that one sole contractor shall be appointed for a period of up to 3 years with a further option to extend for 1 year to deliver all the requirements detailed within the tender documents.
II.1.5) Estimated total value:
Value excluding VAT: 472500.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
71353100, 71354400

II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
The hydrometric section within DfI-Rivers operates the Northern Ireland surface water hydrometric network, mainly for flood defence, water quality and water resource purposes. The hydrometric section acts as coordinator and provided advice and dissemination for meteorological information provided by the Met Office. It is an objective of the DfI–Rivers that hydrometric staff has the necessary equipment, support and are competent, through training and experience, to carry out their duties. DfI-Rivers is now inviting tenders for the provision of equipment, services and training. It is intended that one sole contractor shall be appointed for a period of up to 3 years with a further option to extend for 1 year to deliver all the requirements detailed within the tender documents.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The initial contract period is 3 years, with 1 optional extension period of 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The initial contract period is 3 years, with 1 optional extension period of 12 months.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: As per terms and conditions of contract.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-01-26 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2018-04-26
IV.2.7) Conditions for opening tenders
Date: 2018-02-02 Local time: 15:30 Place:Central Procurement Directorate, 303 Airport Road West. BT3 9ED.

Information about authorised persons and opening procedure:Only CPD Procurement Staff with access to the project on eTendersNI.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
The figure indicated in II.1.5 represents the upper limit of an estimated contract value which ranges from (315 000 GBP to 472 500 GBP). This range reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future operational requirements. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid for this competition. In addition, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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 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 the contract may be terminated. The effect of the notice will be to enable any department, at its discretion, to exclude the supplier from future procurement competitions being undertaken for a period of 3 years. This contract will not be awarded in Lots as a single supplier is required.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Town: Belfast
Country: United Kingdom

VI.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 the contract is communicated to tenderers. That notification will provide full information on the award decision.

VI.5) Date of dispatch of this notice:2017-12-28


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 8, 2024

Replacement Causeway System - Pre-Market Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: REPLACEMENT CAUSEWAY SYSTEM – PRE-MARKET ENGAGEMENT 2. Awarding Authority: CPD – Supplies and

May 8, 2024

United Kingdom-Belfast: Depolluted End of Life Vehicles

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-014495/EN) Nature of contract: Service contract Procedure: Open procedure Type of bid required: Mixed