Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DfC Lagan Weir Operational Services Contract 2024 – 2028

  • First published: 01 September 2024
  • Last modified: 01 September 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-049685
Published by:
Department for Communities
Authority ID:
AA72536
Publication date:
01 September 2024
Deadline date:
03 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Department require a River Maintenance Team (“RMT”) to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Communities

: Causeway Exchange, 1-7 Bedford Street Belfast

BELFAST

BT2 7EG

UK

Contact person: SSDAdmin.CPDfinance-ni.gov.uk

E-mail: ssdadmin.cpd@finance-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 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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfC Lagan Weir Operational Services Contract 2024 – 2028

Reference number: 5524652

II.1.2) Main CPV code

79620000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Department require a River Maintenance Team (“RMT”) to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.

II.1.5) Estimated total value

Value excluding VAT: 976 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90000000

90700000

90900000

90500000

34996200

37412000

50000000

50200000

50240000

50241000

50241100

50241200

50246300

50246400

50246000

50246100

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Department require a River Maintenance Team (“RMT”) to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 976 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Three optional one year extensions.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Three optional one year extensions.

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.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/10/2024

Local time: 15:00

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

EN

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

Tender must be valid until: 31/01/2025

IV.2.7) Conditions for opening of tenders

Date: 03/10/2024

Local time: 15:30

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

The successful Contractor’s performance on this Contract will be managed as per the specification and 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 CPD 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 Notice of Unsatisfactory Performance and this Contract may be. terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website.. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for. a period of three years from the date of issue of the Notice. It may also 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

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD will comply with the Public Contracts Regulations 2015 (as. amended)and. where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of. contract is communicated to tenderers. That notification will provide full information on the award decision.

VI.5) Date of dispatch of this notice

29/08/2024

Coding

Commodity categories

ID Title Parent category
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
34996200 Control, safety or signalling equipment for inland waterways Control, safety or signalling equipment for roads
50246100 Dry-docking services Harbour equipment maintenance services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
50241200 Ferry repair services Repair and maintenance services of ships
50246000 Harbour equipment maintenance services Repair, maintenance and associated services related to marine and other equipment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50000000 Repair and maintenance services Other Services
50246400 Repair and maintenance services of floating platforms Harbour equipment maintenance services
50246300 Repair and maintenance services of floating structures Harbour equipment maintenance services
50241000 Repair and maintenance services of ships Repair, maintenance and associated services related to marine and other equipment
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
50240000 Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
79620000 Supply services of personnel including temporary staff Recruitment services
50241100 Vessel repair services Repair and maintenance services of ships
37412000 Water-sports equipment Outdoor sports equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ssdadmin.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.