Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Infrastructure
Gasworks Business Park 2-4 Cromac Avenue
Belfast
BT7 2JA
UK
E-mail: pb2@infrastructure-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Department for Infrastructure NI
Gasworks Business Park 2-4 Cromac Avenue
Belfast
BT7 2JA
UK
E-mail: pb2@infrastructure-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
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.
II.1.2) Main CPV code
42000000
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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
245 108.64
GBP
II.2) Description
II.2.2) Additional CPV code(s)
42120000
42122430
II.2.3) Place of performance
NUTS code:
UKN
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
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-010185
Section V: Award of contract
Contract No: 1
Title: DfI TRAM – Supply and Delivery of 6 no. six inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps.
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/06/2024
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
XYLEM WATER SOLUTIONS UK LTD
PRIVATE ROAD 1
NOTTINGHAM
NG4 2AN
UK
E-mail: louis.howlett@xyleminc.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 245 108.64
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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 DfI 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 competition 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
UK
VI.5) Date of dispatch of this notice
23/06/2024