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
109820-2018 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: Department for Infrastructure
Official name: Department for Infrastructure
Postal address: Clarence Court Adelaide Street
Town: Belfast
NUTS code: UK United Kingdom
Postal code: BT2 8GB
Country: United Kingdom
Contact person: Lawrence Craig
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 Roads and Rivers T-1084 M1 and M2 Busways 2018
II.1.2.
Main CPV code
45200000 Works for complete or part construction and civil engineering work
45200000 Works for complete or part construction and civil engineering work
II.1.3.
Type of contract
Works
Works
II.1.5.
Estimated total value
Value excluding VAT: 3 900 000,00 GBP
Value excluding VAT: 3 900 000,00 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
45200000 Works for complete or part construction and civil engineering work
II.2.3.
Place of performance
NUTS code: UKN0 Northern Ireland
II.2.6.
Estimated value
Value excluding VAT: 3 900 000,00 GBP
Value excluding VAT: 3 900 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
Duration in months: 6
This contract is subject to renewal: no
IV.2.1.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 20/04/2018 Local time: 15:00
Date: 20/04/2018 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
09/03/2018
09/03/2018
Languages and formats
Notice
Official language
109820-2018 - CompetitionSee the notice on TED website 
109820-2018
109820-2018 - CompetitionUnited Kingdom-Belfast: Works for complete or part construction and civil engineering work
OJ S 50/2018 13/03/2018
Contract notice
Works
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1.
Name and addresses
Official name: Department for Infrastructure
Official name: Department for Infrastructure
Postal address: Clarence Court Adelaide Street
Town: Belfast
NUTS code: UK United Kingdom
Postal code: BT2 8GB
Country: United Kingdom
Contact person: Lawrence Craig
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 electronically via: https://etendersni.gov.uk/epps
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 Roads and Rivers T-1084 M1 and M2 Busways 2018
II.1.2.
Main CPV code
45200000 Works for complete or part construction and civil engineering work
45200000 Works for complete or part construction and civil engineering work
II.1.3.
Type of contract
Works
Works
II.1.4.
Short description
DfI propose to extend and upgrade existing city bound hard shoulder bus lanes on the M1 and M2 motorway networks. On the M1 motorway, an existing hard shoulder bus lane operates between Ballyskeagh Bridge and Junction 1 Broadway. DfI proposes to extend the hard shoulder bus lane south to the existing Sprucefield Park and Ride facility at Junction 8. This shall include the provision of Through Junction Running at Lisburn Motorway Service Area. On the M2 motorway, DfI proposes to introduce further sections of hard shoulder bus lane between Junction 2 Greencastle and Junction 1B Duncrue Street. This shall include bus gate arrangements at Junction 1 Fortwilliam and Junction 1B Duncrue Street. The works required shall include:
— site clearance,
— road restraint systems,
— drainage,
— pavement,
— traffic signs and road markings,
— traffic signals,
— PTZ CCTV cameras and variable message signs included associated motorway communication infrastructure,
— utilities.
II.1.5.
Estimated total value
Value excluding VAT: 3 900 000,00 GBP
Value excluding VAT: 3 900 000,00 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
45200000 Works for complete or part construction and civil engineering work
II.2.3.
Place of performance
NUTS code: UKN0 Northern Ireland
II.2.4.
Description of the procurement
DfI propose to extend and upgrade existing city bound hard shoulder bus lanes on the M1 and M2 motorway networks. On the M1 motorway, an existing hard shoulder bus lane operates between Ballyskeagh Bridge and Junction 1 Broadway. DfI proposes to extend the hard shoulder bus lane south to the existing Sprucefield Park and Ride facility at Junction 8. This shall include the provision of Through Junction Running at Lisburn Motorway Service Area. On the M2 motorway, DfI proposes to introduce further sections of hard shoulder bus lane between Junction 2 Greencastle and Junction 1B Duncrue Street. This shall include bus gate arrangements at Junction 1 Fortwilliam and Junction 1B Duncrue Street. The works required shall include:
— site clearance,
— road restraint systems,
— drainage,
— pavement,
— traffic signs and road markings,
— traffic signals,
— PTZ CCTV cameras and variable message signs included associated motorway communication infrastructure,
— utilities.
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
Value excluding VAT: 3 900 000,00 GBP
Value excluding VAT: 3 900 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
Duration in months: 6
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.2.1.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 20/04/2018 Local time: 15:00
Date: 20/04/2018 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: 19/07/2018
Tender must be valid until: 19/07/2018
IV.2.7.
Conditions for opening of tenders
Date: 20/04/2018 Local time: 15:30
Date: 20/04/2018 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. As part of its contract management procedures, the Contracting Authority and their CoPE will use the protocol for managing poor supplier performance contained in Procurement Guidance Note PGN 01/12 – Contract management. Principles and procedures: https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles- and-procedures. The protocol sets out a series of 5 escalating stages to enable contracting authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as an alternative to terminating the contract, senior management in the contracting authority /CoPE can issue a notice of written warning. At Stage 5, as an alternative to terminating the contract, a notice of unsatisfactory performance can be issued to the economic operator. These notices remain current for the period of time stated in the protocol and an economic operator must declare, in subsequent procurement competitions, if it has received a current notice of written warning. or a current notice of unsatisfactory performance within 3 years of the TSP submission deadline. If an economic operator has received more than 1 current notice of written warning the contracting authority /CoPE, at its discretion, can consider an economic operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a minimum period of 12 months. If an economic operator is subject to a notice of unsatisfactory. Performance the contracting authority /CoPE, at its discretion, can consider the economic operator’s exclusion from future procurement. competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years. A list of these bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/listpublic-bodies-which-ni-public-procurement-policy-applies
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: The High Court
Official name: The High Court
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Country: United Kingdom
VI.5.
Date of dispatch of this notice
09/03/2018
09/03/2018

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