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 |
View Full Notice
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