East Suffolk District Council: Supply of Temporary Fully Removable Flood Barriers

  East Suffolk District Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Temporary Fully Removable Flood Barriers
Notice type: Contract Notice
Authority: East Suffolk District Council
Nature of contract: Supplies
Procedure: Open
Short Description: Purchase
Published: 30/03/2016 13:27
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Lowestoft: River regulation and flood control works.
Section I: Contracting Authority
      I.1) Name and addresses
             Waveney District Council
             Riverside, 4 Canning Road, Lowestoft, NR33 0EQ, United Kingdom
             Tel. +44 1502523507, Email: ian.purdom@eastsuffolk.gov.uk
             Contact: Procurement
             Main Address: https://www.waveney.gov.uk
             NUTS Code: UKH14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Lowestoft:-River-regulation-and-flood-control-works./GSWM9W4896
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Supply of Temporary Fully Removable Flood Barriers       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45246000 - River regulation and flood control works.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Purchase       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH14 Suffolk
      
      II.2.4) Description of procurement: In December 2013 the Suffolk coast suffered the most significant sea-surge generated flood event since 1953. Large parts of central Lowestoft were flooded by seawater, the majority of which came from overtopping of low parts of harbour quay walls in the outer harbour and Lake Lothing water areas. Backflow through sewers was also thought to have contributed.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 10
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      If the contract is awarded to a consortium, joint venture or aliance, applicants will be required to contract with joint and several liability under English Law and either nominate a lead service provider with whom the Contracting Authority can contract and to whom all communications will be addressed or form into a single entity before the contract is awarded.
To support and protect the Council's interests, the Council reserves the right to use a third party credit checking agency to support and evidence the financial information at any time during the procurement process.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Refer to Invitation to Tender Part A document.
Minimum Level(s) of standards possibly required:
There are a number of sections that are Pass/Fail within the Tender documentation. Further information in the Part A Tender documentation.
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      Please see Invitation To Bid documents.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: Yes
      Additional information about electronic auction:
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 04/05/2016 Time: 12:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 04/05/2016
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Lowestoft:-River-regulation-and-flood-control-works./GSWM9W4896

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GSWM9W4896
   VI.4) Procedures for review
   VI.4.1) Review body:
             Waveney District Council
       Riverside, 4 Canning Road, Lowestoft, NR33 0EQ, United Kingdom
       Email: andrew.jarvis@eastsuffolk.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers, fully in accordance with paragraph 87(1) of the Public Contracts Regulations 2015. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 30/03/2016

Annex A


View any Notice Addenda

View Award Notice