An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
162506-2017 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: Department for Infrastructure Transport NI
Official name: Department for Infrastructure Transport NI
Postal address: Clarence Court, Adelaide Street
Town: Belfast
NUTS code: UK United Kingdom
Postal code: BT2 8GB
Country: United Kingdom
Contact person: Stuart McKinstry
E-mail: pb1@infrastructure-ni.gov.uk
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.5.
Main activity
General public services
General public services
II.1.1.
Title
DfI TNI T-1078 BRT Phase 3 Citi Route.
II.1.2.
Main CPV code
45000000 Construction work
45000000 Construction work
II.1.3.
Type of contract
Works
Works
II.1.5.
Estimated total value
Value excluding VAT: 1 800 000,00 GBP
Value excluding VAT: 1 800 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
45200000 Works for complete or part construction and civil engineering work, 45220000 Engineering works and construction works, 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45200000 Works for complete or part construction and civil engineering work, 45220000 Engineering works and construction works, 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
II.2.3.
Place of performance
NUTS code: UKN0 Northern Ireland
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
Duration in months: 9
This contract is subject to renewal: no
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 05/06/2017 Local time: 15:00
Date: 05/06/2017 Local time: 15:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
VI.5.
Date of dispatch of this notice
27/04/2017
27/04/2017
Languages and formats
Notice
Official language
162506-2017 - CompetitionSee the notice on TED website 
162506-2017
162506-2017 - CompetitionUnited Kingdom-Belfast: Construction work
OJ S 84/2017 29/04/2017
Contract notice
Works
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1.
Name and addresses
Official name: Department for Infrastructure Transport NI
Official name: Department for Infrastructure Transport NI
Postal address: Clarence Court, Adelaide Street
Town: Belfast
NUTS code: UK United Kingdom
Postal code: BT2 8GB
Country: United Kingdom
Contact person: Stuart McKinstry
E-mail: pb1@infrastructure-ni.gov.uk
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendersni.gov.uk/epps
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 submitted to the abovementioned address
I.4.
Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5.
Main activity
General public services
General public services
Section II: Object
II.1.
Scope of the procurement
II.1.1.
Title
DfI TNI T-1078 BRT Phase 3 Citi Route.
II.1.2.
Main CPV code
45000000 Construction work
45000000 Construction work
II.1.3.
Type of contract
Works
Works
II.1.4.
Short description
All permanent and temporary works associated with carriageway widening and resurfacing to facilitate implementation of the Citi Route Belfast Rapid Transit Network. Existing drainage networks will be upgraded to include kerb inlet gullies, reducing carriageway ironworks and improving bus ride quality. The scheme will also include foot-way resurfacing, accommodation works, contractor designed retaining structure, planting of trees, provision of new kerbs, natural stone paving and the installation of a new street lighting arrangement.
II.1.5.
Estimated total value
Value excluding VAT: 1 800 000,00 GBP
Value excluding VAT: 1 800 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
45200000 Works for complete or part construction and civil engineering work, 45220000 Engineering works and construction works, 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45200000 Works for complete or part construction and civil engineering work, 45220000 Engineering works and construction works, 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
II.2.3.
Place of performance
NUTS code: UKN0 Northern Ireland
II.2.4.
Description of the procurement
All permanent and temporary works associated with carriageway widening and resurfacing to facilitate implementation of the Citi Route Belfast Rapid Transit Network. Existing drainage networks will be upgraded to include kerb inlet gullies, reducing carriageway ironworks and improving bus ride quality. The scheme will also include foot-way resurfacing, accommodation works, contractor designed retaining structure, planting of trees, provision of new kerbs, natural stone paving and the installation of a new street lighting arrangement.
II.2.5.
Award criteria
Criteria below
Criteria below
Quality criterion - Name: Quality submission / Weighting: 30
Cost criterion - Name: Price submission / Weighting: 70
II.2.6.
Estimated value
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
Duration in months: 9
This contract is subject to renewal: no
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
Section III: Legal, economic, financial and technical information
III.1.
Conditions for participation
III.1.2.
Economic and financial standing
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1.
Description
IV.1.1.
Type of procedure
Open procedure
Open procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
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: 05/06/2017 Local time: 15:00
Date: 05/06/2017 Local time: 15:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
IV.2.6.
Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 03/09/2017
Tender must be valid until: 03/09/2017
IV.2.7.
Conditions for opening of tenders
Date: 05/06/2017 Local time: 15:30
Date: 05/06/2017 Local time: 15:30
Section VI: Complementary information
VI.1.
Information about recurrence
This is a recurrent procurement: no
This is a recurrent procurement: 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). The evaluation of submissions (PQQPs or TSPs) will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal. 1. If your company is not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/epps/home.do Select the ‘Register as a Supplier’ link and follow the on screen instructions. 2. Expression of Interest and access to Tender. Documentation — You may ‘Express an Interest’ in a project and access the Tender Documentation via the projects CfT Menu. If you require assistance or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the contracting authority using the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The contracting authority is utilising an electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is intended that all communications with the contracting authority, including the accessing and submission of tender responses, will be conducted via eTendersNI. The successful contractor's performance on the contract will be regularly monitored. 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 the Department for Infrastructure 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 12 months from the date of issue of the certificate.
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: The High Court
Official name: The High Court
Postal address: Royal Court of Justice, Chichester Street
Town: Belfast
Country: United Kingdom
VI.5.
Date of dispatch of this notice
27/04/2017
27/04/2017

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies