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

  East Suffolk District Council has published this notice through Delta eSourcing

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: River regulation and flood control works. Floodgates. Flood-prevention works. 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. WDC has secured funding to manage the risk of an early repeat flooding event by use of temporary,fully removable flood barriers.
Published: 12/04/2016 10:33

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 electronically via https://www.delta-esourcing.com/respond/GSWM9W4896 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: River regulation and flood control works. Floodgates. Flood-prevention works. 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. WDC has secured funding to manage the risk of an early repeat flooding event by use of temporary,fully removable flood barriers.       
      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:
      45246000 - River regulation and flood control works.
      
      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.
As a result of this event WDC, working closely with partners in promoting a scheme to build a permanent tidal flood barrier that would protect at-risk land from a recurrence. This scheme is advancing and is anticipated to be in place within 5 years.

Pending completion of these works, WDC has secured funding to manage the risk of an early repeat flooding event by use of temporary fully, removable flood barriers.

As part of this process pre procurement market engagement occurred to assist the Council of their future requirement for temporary fully removable flood barriers. The market engagement documentation is included in this ITB which is for information only (PROC 153 Appendix 1) and is to ensure all bidders in the procurement process are treated equally.

The preliminary temporary flood barrier locations and alignments, plus existing ground levels, are shown on the drawings in PROC 153 Appendix 2.

The alignment is designed to generally locate the barrier onto a hard surface with vehicle access immediately adjacent to the deployment line. There are small steps, typically kerbs, pinch points at openings in barriers and numerous changes of direction. The line is split between public land, usually highway, and private land.

PROC 153 Appendix 3 comprises an annotated photographic `walk through’ with images that reveal surface type and potential obstructions to be negotiated.

PROC 153 Appendix 4 comprises long sections through the 4 preliminary barrier lines to illustrate ground level and target barrier height variations.

PROC 153 Appendix 5 shows the location from which photos in Appendix 3 have been taken.

The alignment may change under further risk analysis and during the development of an Operational Protocol. Neither will be available in time for this procurement process.
There are other interested parties namely landowners, and the Highway Authority, on whose land the barriers will be temporarily positioned and operated in response to a flood warning, and with whom WDC will need to agree an Operational Protocol. They will not be parties to the contract.

The backflow of water through sewers and drains contributes to flooding of low land behind the harbour quay walls. This is being addressed in part by the fitting of backflow control measures to 12 major sewer outfalls. This work by Anglian Water is underway and is predicted to be fully complete by April of 2016. This work will not address numerous other, usually small, diameter outfall pipes that have potential to create a flow path under the proposed barrier line. There is therefore potential for some drain-related flooding to take place in low areas landward of the temporary barriers. The Council is considering how to manage this risk.

An important element of this contract will be the Public Services (Social Value) Act 2012. This is a major contract for the Council and it will be a requirement for the Contractor (if any contract awarded) to consider how the Supplies or Services they provide might improve the economic, social and environmental well being of the area.

The anticipated contract value (if any awarded) for the Supply of Temporary Fully Removable Flood Barriers will be estimated at £300,000 ex VAT. Any bid received higher then £300,000 will be rejected as unaffordable. The Council reserves the right to amend any documentation throughout the procurement process, any changes made to the documentation will be declared through the Delta-esourcing.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Most economically advantageous tender recieved / Weighting: 70
                        
            Cost criterion - Name: Price / Weighting: 30
                              
      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
      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: No
      Additional information about electronic auction: Not provided
   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: 13/05/2016 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: 13/05/2016
         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.The Council reserves the right not to award any contract for the Supply of Temporary Fully Removable Flood Barriers as a result of the procurement process commenced by the publication of this notice and, in no circumstances will be liable for any costs incurred by applicants during the procurement process.

All dates and time periods specified in this notice are indicative only and the Council reserves the right to change these. To respond to this opportunity bidders must register with www.delta-esourcing.com If you are already registered, you will not need to register again, simply use your existing username and password.

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GSWM9W4896

The tender access code is GSWM9W4896

Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially if you have been asked to upload documents. Please note that no hard copy Tenders will be accepted. If you experience any technical difficulties please contact the Delta esourcing helpdesk on call +4408452707050 or, email helpdesk@delta-esourcing.com as soon as possible as problems cannot be rectified after the closing submission deadline. Please note that for ICT security reasons the Councils procurement representative (Waveney District Council) is not able to accept Zip files. If you are uploading multiple documents you will have to load one document at a time, therefore please ensure that you allow yourself plenty of time to fully upload your submission onto Delta esourcing by the deadline detailed above as Delta esourcing will not permit attempts to load documents after the time/date stated.
All communication for the procurement process must be through the messaging facilities on the Delta esourcing system. If any applicant considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of such sensitivity specified. In such cases the relevant material will, in response to requests made under the Freedom of Information Act 2000 (the Act) or the Environmental Information Regulations 2004 (the Regulations), be examined in the light of exemptions in the Act or the Regulations. Bidders need to demonstrate the level of additional value they will bring to this contract (if any contract awarded) and how their proposal might improve the economic, social and environmental well-being of the area where the proposal will exercise it's functions if they are successful to support the Public Services (Social Value) Act 2012.

In this instance it is not considered to be appropriate for Lots given the requirements that a single barrier system is most suitable.
The Council reserve the right to cancel their participation in this procurement process at any time prior to contract award without risk of challenge. The Council will not in any circumstances be responsible or pay for any costs or losses which may be incurred by prospective bidders in the preparation of their bid.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, tenders will be based solely on the criteria set out for the procurement documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198453842
   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: 12/04/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Lowestoft: River regulation and flood control works.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   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: River regulation and flood control works. Floodgates. Flood-prevention works. 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. WDC has secured funding to manage the risk of an early repeat flooding event by use of temporary,fully removable flood barriers.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 212,194
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45246000 - River regulation and flood control works.


      II.2.3) Place of performance
      Nuts code:
      UKH14 - Suffolk
   
      Main site or place of performance:
      Suffolk
             

      II.2.4) Description of the procurement: WDC has secured funding to manage the risk of an early repeat flooding event by use of temporary fully, removable flood barriers.
The alignment is designed to generally locate the barrier onto a hard surface with vehicle access immediately adjacent to the deployment line. There are small steps, typically kerbs, pinch points at openings in barriers and numerous changes of direction. The line is split between public land, usually highway, and private land.

An important element of this contract will be the Public Services (Social Value) Act 2012. This is a major contract for the Council and it will be a requirement for the Contractor (if any contract awarded) to consider how the Supplies or Services they provide might improve the economic, social and environmental well being of the area.

      II.2.5) Award criteria:
      Quality criterion - Name: Most economically advantageous tender recieved / Weighting: 70
                  
      Cost criterion - Name: Price / Weighting: 30
            

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 2016/SO74-128321    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/09/2016

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Geodesign Barriers Limited
             1 Chapel Street, Warwick, CV34 4HL, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 212,194
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=221581106

   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.4.3) 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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/10/2016