Award

DFI 3233014 - SHIMNA FLOOD ALLEVIATION SCHEME

CPD - CONSTRUCTION DIVISION

This public procurement record has 3 releases in its history.

Award

09 Mar 2022 at 10:15

Tender

27 Jul 2021 at 17:14

TenderUpdate

18 Jan 2021 at 13:56

Summary of the contracting process

The Department for Infrastructure, through the Central Procurement Division (CPD), is conducting the tender process for the Shimna Flood Alleviation Scheme in Newcastle, County Down. The contract, classified under construction and civil engineering work, aims to build a 1.45km fluvial flood defence over a 12-month duration. The procurement method adopted is a selective procedure, and interested parties must adhere to specific criteria set forth in the tender documentation. Key dates include the submission deadline on 1 April 2021 and an invitation date for shortlisted candidates set for 23 April 2021.

This tender presents significant opportunities for businesses, particularly those specialising in civil engineering, flood defence construction, and related works. Companies equipped with expertise in hydraulic engineering, pile driving, and site management would be particularly suited to compete, as the project entails a variety of complex tasks, including the design and construction of flood defence structures, landscaping, and stakeholder consultations. Engaging in this contract could not only enhance a business’s portfolio but also foster relationships with public sector clients involved in critical infrastructure improvements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DFI 3233014 - SHIMNA FLOOD ALLEVIATION SCHEME

Notice Description

The project is for the provision of Shimna Flood Alleviation Scheme. The Economic Operator Team (EOT) will complete the construction of a fluvial flood defence in Newcastle, with an envisaged construction period of 12 months. The flood defence extends both upstream and downstream from New Bridge on the Bryansford Road and is approximately a total length of 1.45km comprising a combination of sheet pile flood walls (approx. 0.45km), secant pile flood walls (approx 0.89km) and piled earth embankments (approx. 0.11km). The EOT will be responsible for the final detailed design of the secant piles and sheet piles. Additionally, the works include the demolition of a number of property boundary walls and fences, the Relocation of a drainage ditch, construction of new pathways, wall cladding, a retaining wall, back drainage, landscaping, the erection of a flood gate and River works to MEMORANDUM OF INFORMATION PART B The EOT will also be responsible for Landowner and Stakeholder consultations ensuring necessary permissions, licences, permits, consents and approvals.

Lot Information

Lot 1

The project is for the provision of Shimna Flood Alleviation Scheme. The Economic Operator Team (EOT) will complete the construction of a fluvial flood defence in Newcastle, with an envisaged construction period of 12 months. The flood defence extends both upstream and downstream from New Bridge on the Bryansford Road and is approximately a total length of 1.45km comprising a combination of sheet pile flood walls (approx. 0.45km), secant pile flood walls (approx 0.89km) and piled earth embankments (approx. 0.11km). The EOT will be responsible for the final detailed design of the secant piles and sheet piles. Additionally, the works include the demolition of a number of property boundary walls and fences, the Relocation of a drainage ditch, construction of new pathways, wall cladding, a retaining wall, back drainage, landscaping, the erection of a flood gate and River works to MEMORANDUM OF INFORMATION PART B The EOT will also be responsible for Landowner and Stakeholder consultations ensuring necessary permissions, licences, permits, consents and approvals.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02889c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006413-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45200000 - Works for complete or part construction and civil engineering work

45240000 - Construction work for water projects

45262211 - Pile driving

Notice Value(s)

Tender Value
£6,500,000 £1M-£10M
Lots Value
£6,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£5,097,611 £1M-£10M

Notice Dates

Publication Date
9 Mar 20223 years ago
Submission Deadline
1 Apr 2021Expired
Future Notice Date
Not specified
Award Date
25 Oct 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CPD - CONSTRUCTION DIVISION
Additional Buyers

DEPARTMENT FOR INFRASTRUCTURE RIVERS

Contact Name
Procurement Operations Branch, construct.infofinance-ni.gov.uk
Contact Email
construct.info@finance-ni.gov.uk
Contact Phone
+44 2890816555

Buyer Location

Locality
COOKSTOWN
Postcode
BT80 8SG
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

DAWSON-WAM

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02889c-2022-03-09T10:15:02Z",
    "date": "2022-03-09T10:15:02Z",
    "ocid": "ocds-h6vhtk-02889c",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02889c",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DFI 3233014 - SHIMNA FLOOD ALLEVIATION SCHEME",
        "classification": {
            "scheme": "CPV",
            "id": "45200000",
            "description": "Works for complete or part construction and civil engineering work"
        },
        "mainProcurementCategory": "works",
        "description": "The project is for the provision of Shimna Flood Alleviation Scheme. The Economic Operator Team (EOT) will complete the construction of a fluvial flood defence in Newcastle, with an envisaged construction period of 12 months. The flood defence extends both upstream and downstream from New Bridge on the Bryansford Road and is approximately a total length of 1.45km comprising a combination of sheet pile flood walls (approx. 0.45km), secant pile flood walls (approx 0.89km) and piled earth embankments (approx. 0.11km). The EOT will be responsible for the final detailed design of the secant piles and sheet piles. Additionally, the works include the demolition of a number of property boundary walls and fences, the Relocation of a drainage ditch, construction of new pathways, wall cladding, a retaining wall, back drainage, landscaping, the erection of a flood gate and River works to MEMORANDUM OF INFORMATION PART B The EOT will also be responsible for Landowner and Stakeholder consultations ensuring necessary permissions, licences, permits, consents and approvals.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-04-01T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2021-02-22T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "Time limit for receipt of projects or requests to participate"
                        }
                    }
                ]
            }
        ],
        "status": "complete",
        "value": {
            "amount": 6500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The project is for the provision of Shimna Flood Alleviation Scheme. The Economic Operator Team (EOT) will complete the construction of a fluvial flood defence in Newcastle, with an envisaged construction period of 12 months. The flood defence extends both upstream and downstream from New Bridge on the Bryansford Road and is approximately a total length of 1.45km comprising a combination of sheet pile flood walls (approx. 0.45km), secant pile flood walls (approx 0.89km) and piled earth embankments (approx. 0.11km). The EOT will be responsible for the final detailed design of the secant piles and sheet piles. Additionally, the works include the demolition of a number of property boundary walls and fences, the Relocation of a drainage ditch, construction of new pathways, wall cladding, a retaining wall, back drainage, landscaping, the erection of a flood gate and River works to MEMORANDUM OF INFORMATION PART B The EOT will also be responsible for Landowner and Stakeholder consultations ensuring necessary permissions, licences, permits, consents and approvals.",
                "value": {
                    "amount": 6500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "Refer to PQQ documents. Given the confidential nature of. documentation contained within the tender pack, shortlisted Economic Operators will be required to. sign a Non-Disclosure Agreement... prior to release of the tender documents. Refer to PQQ documentation for Non-Disclosure Agreement.. Please note also that the tender... documents will be digitally controlled with licensing provided by the Employer for access and use of the. documentation. The tender... documents will contain unique features specific to each tenderer to allow tracing of document history"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262211",
                        "description": "Pile driving"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Upstream and downstream.from New Bridge on the Bryansford Road, Newcastle, County Down"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Refer to PQQ documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The Economic Operators' performance on this Contract will be regularly monitored.. As. part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier. Performance contained in Procurement Guidance Note PGN 01/12 - Contract Management Principles and Procedures:. https://. www.financeni.gov.uk/.publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. If an Economic. Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting. Authority at its, discretion can consider an Economic Operator's exclusion from future procurements, being undertake n on behalf of. bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. .. A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: . https://www.finance-ni.gov.uk/articles/listpublicbodies which ni public procurement policy-applies."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-01T15:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-04-23T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-07-30T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision."
    },
    "parties": [
        {
            "id": "GB-FTS-840",
            "name": "Department for Infrastructure Rivers",
            "identifier": {
                "legalName": "Department for Infrastructure Rivers"
            },
            "address": {
                "streetAddress": "49 Tullywiggan Road",
                "locality": "Cookstown",
                "region": "UK",
                "postalCode": "BT80 8SG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Operations Branch",
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-841",
            "name": "Department of Finance, Construction Procurement Delivery Procurement Operations Branch",
            "identifier": {
                "legalName": "Department of Finance, Construction Procurement Delivery Procurement Operations Branch"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-12065",
            "name": "CPD - Construction Division",
            "identifier": {
                "legalName": "CPD - Construction Division"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "construct.infofinance-ni.gov.uk",
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-46431",
            "name": "DAWSON-WAM LTD",
            "identifier": {
                "legalName": "DAWSON-WAM LTD"
            },
            "address": {
                "streetAddress": "THE MOORS",
                "locality": "BEDFORD",
                "region": "UK",
                "postalCode": "MK45 5BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890813105",
                "email": "est@dawsonwam.co.uk",
                "faxNumber": "+44 2890815536"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-46432",
            "name": "Department of Finance, Construction and Procurement Delivery CPD",
            "identifier": {
                "legalName": "Department of Finance, Construction and Procurement Delivery CPD"
            },
            "address": {
                "streetAddress": "Procurement Operations Branch, Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/contact"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-12065",
        "name": "CPD - Construction Division"
    },
    "language": "en",
    "description": "CPD, in its capacity as a central purchasing body, is managing this procurement procedure on behalf of the contracting authority which.... is The Department for Infrastructure. The Contracting Authority expressly reserves the right to award one, some, all. or no Lots; . ii. not. to.. award any contract/framework agreement as a result of the procurement process commenced by publication of. this notice or to. cancel.. the procurement at any stage; and. iii. to make whatever changes it may see fit to the content and structure of the. tendering. competition.. and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates.. Any. expenditure, work.. or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate.. participating in this.. procurement process. No business whatsoever is guaranteed under any resulting framework agreement or contract.. indeed there is no.. guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation.. etc will be paid if a.. contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process.. only on the basis.. that they fully understand and accept this position",
    "awards": [
        {
            "id": "006413-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-46431",
                    "name": "DAWSON-WAM LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006413-2022-1-1",
            "awardID": "006413-2022-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 5097611.91,
                "currency": "GBP"
            },
            "dateSigned": "2021-10-26T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    }
}