Construction Tenders

Sun April 28 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 28th Mar 2024

Tender Details
Referenceocds-h6vhtk-044df1
Common Procurement VocabularyIndustrial machinery
Procurement MethodOpen procedure
Value£240,000
More Tenders »

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 28th Mar 2024

Tender Details
Referenceocds-h6vhtk-044df1
Common Procurement VocabularyIndustrial machinery
Procurement MethodOpen procedure
Value£240,000

Section I: Contracting authority

I.1) Name and addresses

Department for Infrastructure

Clarence Court 10-18, Adelaide Street

Belfast

BT2 8GB

Contact

pb2infrastructure-ni.gov.uk

Email

pb2 [at] infrastructure-ni.gov.uk

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

I.1) Name and addresses

Department for Infrastructure NI

Clarence Court 10-18, Adelaide Street

Belfast

BT2 8GB

Email

pb2 [at] infrastructure-ni.gov.uk

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

I.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.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

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

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfI TRAM – Supply and Delivery of 6 no. six inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps.

Reference number

CfT 5269665

II.1.2) Main CPV code

  • 42000000 - Industrial machinery

II.1.3) Type of contract

Supplies

II.1.4) Short description

The department have a requirement for the Supply and Delivery of 6 no. six inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps to the following address ; BALLYKEEL DEPOT 190 LARNE LINK RD BALLYMENA BT42 3HA

II.1.5) Estimated total value

Value excluding VAT: £240,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 42120000 - Pumps and compressors
  • 42122430 - Centrifugal pumps

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The department have a requirement for the Supply and Delivery of 6 no. six inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps to the following address ; BALLYKEEL DEPOT 190 LARNE LINK RD BALLYMENA BT42 3HA

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

12

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Department's particular requirements will be set out in the contract documentation


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

29 April 2024

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 28 July 2024

IV.2.7) Conditions for opening of tenders

Date

29 April 2024

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is. intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://. etendersni.gov.uk/epps/home.do The successful contractor's performance on the contract will be regularly monitored. 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 the Department for. Infrastructure 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 competitions 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.

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Courts of Justice

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

DfI will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).