By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

DARD - Rivers Agency - Provision of Hydrometric Supplies, Services and Training.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Department of Agriculture and Rural Development
c/o Central Procurement Directorate, 303 Airport Road West
For the attention of: Patrice McPolin
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 2890816867
E-mail:

Internet address(es):

General address of the contracting authority: www.dardni.gov.uk

Address of the buyer profile: www.cpdni.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
General public services
Other: Public Procurement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DARD - Rivers Agency - Provision of Hydrometric Supplies, Services and Training.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKN

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Supplies and Services Division, Central Procurement Directorate on behalf of its client Department of Agriculture and Rural Development, Rivers Agency, is inviting tenders from suitable organisations, for the Provision of Hydrometric Supplies, Services and Training.
II.1.6)Common procurement vocabulary (CPV)

38420000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 320 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The initial contract is for a period of 3 years with options to extend for a further 2 periods of up to 1 year each.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
1. Company Experience
Tenderers must demonstrate one years relevant experience within the last three years.
Tenderers must submit their previous relevant experience in the following areas:
(A). Supply and delivery of hydrometric equipment;
the supply and delivery of hydrometric equipment detailing dates, nature of work and organisations worked for.
(B). Servicing of equipment and training of staff;
the servicing of equipment and training of staff detailing dates, nature of work and organisations worked for.
(C). Design and hosting of a dedicated web service;
the design and hosting of a dedicated web service detailing dates, nature of work and organisations worked for.
This experience can be in either the public or private sectors.
2. Personnel Experience
(A). Inspector's Experience
Tenderers must demonstrate that Inspectors have one years experience within the last three years in the following:
- installation and maintenance of integrated hydrometry & telemetry equipment.
- practical field work experience in hydrometry and or telemetry.
- working with different hydrometric monitoring methods and the resulting data together with an understanding of hydrometric data collection, management and transmission systems.
(B). Technician's Experience
Tenderers must demonstrate that all the named technicians have one years experience within the last three years in the following:
- ISO 4375: 2000 'Cableway Systems for Stream Gauging'
- practical field work experience in the inspection, testing, maintenance and reporting on stream gauging winches and cableway systems.
- evaluating the safety of working equipment
(C). Electrician's Experience
Tenderers must confirm that the electricians have the following City & Guilds certificates or equivalent:
- C&G; 2382 Level 3 Certificate in the Requirements for Electrical Installations (BS 7671: January 2008) (17th Edition)
- C&G; 2377 Level 3 Certificate for the Inspection and testing of Electrical Equipment
- C&G; 2330 Level 3 Certificate in Electrotechnical Technology Installation (Buildings and Structures)
- C&G; 2391 Level 3 Certificate in Inspection, Testing and Certification
Tenderers must also demonstrate that the electricians have 1 year experience within the last 3 years in the following:
- practical field work experience in the inspection, testing, maintenance and reporting on electrical winches
- evaluating whether the working equipment is safe to operate.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Project_11983
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 27.1.2014 - 15:00
IV.3.4)Time limit for receipt of tenders or requests to participate
27.1.2014 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 27.1.2014 - 15:01

Place:

Clare House

Airport Road West

Belfast

BT3 9ED

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: CPD Personnel

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information

Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue' - Enter your correct business and user details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

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 Central Procurement Directorate 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 competitions 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 appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.12.2013