Službene internetske stranice Europske unije

109820-2018 - Nadmetanje

Prikaz obavijesti

Sažetak

2018-OJS50-109820-hr
I.1.
Naziv i adrese
Službeni naziv: Department for Infrastructure
Poštanska adresa: Clarence Court Adelaide Street
Mjesto: Belfast
NUTS kod: UK United Kingdom
Poštanski broj: BT2 8GB
Država: Ujedinjeno Kraljevstvo
Osoba za kontakt: Lawrence Craig
Internetska(-e) adresa(-e):
Adresa profila kupca: https://etendersni.gov.uk/epps
I.5.
Glavna djelatnost
Opće javne usluge
II.1.1.
Naziv
DfI Roads and Rivers T-1084 M1 and M2 Busways 2018
II.1.2.
Glavna CPV oznaka
45200000 Radovi na objektima ili dijelovima objekata visokogradnje i niskogradnje
II.1.3.
Vrsta ugovora
Radovi
II.1.5.
Procijenjena ukupna vrijednost
Vrijednost bez PDV-a: 3 900 000,00 GBP
II.1.6.
Podaci o grupama
Ovaj ugovor podijeljen je na grupe: ne
II.2.2.
Dodatne šifre CPV-a
45200000 Radovi na objektima ili dijelovima objekata visokogradnje i niskogradnje
II.2.3.
Mjesto izvršenja
NUTS kod: UKN0 Northern Ireland
II.2.6.
Procijenjena vrijednost
Vrijednost bez PDV-a: 3 900 000,00 GBP
II.2.7.
Trajanje ugovora, okvirnog sporazuma ili dinamičkog sustava nabave
Trajanje u mjesecima: 6
Ovaj ugovor podložan je obnavljanju: ne
IV.2.1.
Prethodna objava povezana s ovim postupkom
Broj objave u Dodatku SL-u: 2017/S 247-516994
IV.2.2.
Rok za dostavu ponuda ili zahtjeva za sudjelovanje
Datum: 20/04/2018 Lokalno vrijeme: 15:00
IV.2.4.
Jezici na kojima se mogu dostaviti ponude ili zahtjevi za sudjelovanje
Engleski
VI.5.
Datum slanja ove obavijesti
09/03/2018

Jezici i formati

Službeni jezik (potpisani PDF)

BG
CS
DA
DE
EL
ES
ENPreuzimanje potpisanog PDF-a
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGPreuzimanje PDF-a
CSPreuzimanje PDF-a
DAPreuzimanje PDF-a
DEPreuzimanje PDF-a
ELPreuzimanje PDF-a
ESPreuzimanje PDF-a
ENPreuzimanje PDF-a
ETPreuzimanje PDF-a
FIPreuzimanje PDF-a
FRPreuzimanje PDF-a
GAPreuzimanje PDF-a
HRPreuzimanje PDF-a
HUPreuzimanje PDF-a
ITPreuzimanje PDF-a
LTPreuzimanje PDF-a
LVPreuzimanje PDF-a
MTPreuzimanje PDF-a
NLPreuzimanje PDF-a
PLPreuzimanje PDF-a
PTPreuzimanje PDF-a
ROPreuzimanje PDF-a
SKPreuzimanje PDF-a
SLPreuzimanje PDF-a
SVPreuzimanje PDF-a

Strojni prijevod u HTML-u

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Obavijest

Trenutačno odabrani jezikPomoć
2018-OJS50-109820-hr
109820-2018 - NadmetanjeUjedinjena Kraljevina-Belfast: Radovi na objektima ili dijelovima objekata visokogradnje i niskogradnje
OJ S 50/2018 13/03/2018
Obavijest o nadmetanju
Radovi
Pravna osnova:
Direktiva 2014/24/EU

Odjeljak I: Javni naručitelj

I.1.
Naziv i adrese
Službeni naziv: Department for Infrastructure
Poštanska adresa: Clarence Court Adelaide Street
Mjesto: Belfast
NUTS kod: UK United Kingdom
Poštanski broj: BT2 8GB
Država: Ujedinjeno Kraljevstvo
Osoba za kontakt: Lawrence Craig
Internetska(-e) adresa(-e):
Adresa profila kupca: https://etendersni.gov.uk/epps
I.3.
Komunikacija
Dokumentacija o nabavi dostupna je besplatno i može joj se u potpunosti pristupiti izravno i neograničeno na: https://etendersni.gov.uk/epps
Dodatne informacije dostupne su na prethodno navedenoj adresi
Ponude ili zahtjevi za sudjelovanje moraju se podnijeti elektronički na: https://etendersni.gov.uk/epps
I.4.
Vrsta javnog naručitelja
Ministarstvo ili drugo državno ili federalno tijelo, uključujući njihove regionalne ili lokalne jedinice
I.5.
Glavna djelatnost
Opće javne usluge

Odjeljak II: Predmet

II.1.
Opseg nabave
II.1.1.
Naziv
DfI Roads and Rivers T-1084 M1 and M2 Busways 2018
II.1.2.
Glavna CPV oznaka
45200000 Radovi na objektima ili dijelovima objekata visokogradnje i niskogradnje
II.1.3.
Vrsta ugovora
Radovi
II.1.4.
Kratak opis
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.
Procijenjena ukupna vrijednost
Vrijednost bez PDV-a: 3 900 000,00 GBP
II.1.6.
Podaci o grupama
Ovaj ugovor podijeljen je na grupe: ne
II.2.
Opis
II.2.2.
Dodatne šifre CPV-a
45200000 Radovi na objektima ili dijelovima objekata visokogradnje i niskogradnje
II.2.3.
Mjesto izvršenja
NUTS kod: UKN0 Northern Ireland
II.2.4.
Opis nabave
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.
Kriteriji za dodjelu
Niže navedeni kriteriji
Kriterij kvalitete - Naziv: Quality submission / Ponder: 30
Kriterij troška - Naziv: Price submission / Ponder: 70
II.2.6.
Procijenjena vrijednost
Vrijednost bez PDV-a: 3 900 000,00 GBP
II.2.7.
Trajanje ugovora, okvirnog sporazuma ili dinamičkog sustava nabave
Trajanje u mjesecima: 6
Ovaj ugovor podložan je obnavljanju: ne
II.2.10.
Podaci o varijantama
Varijante su dopuštene.: ne
II.2.11.
Podaci o opcijama
Opcije: ne
II.2.13.
Podaci o fondovima Europske unije
Nabava je povezana s projektom i/ili programom koji se financira iz fondova Europske unije: ne
II.2.14.
Dodatni podaci

Odjeljak III: Pravni, gospodarski, financijski i tehnički podaci

III.1.
Uvjeti sudjelovanja
III.1.2.
Ekonomska i financijska sposobnost
Kriteriji za odabir kako je navedeno u dokumentaciji o nabavi
III.1.3.
Tehnička i stručna sposobnost
Kriteriji za odabir kako je navedeno u dokumentaciji o nabavi

Odjeljak IV: Postupak

IV.1.
Opis
IV.1.1.
Vrsta postupka
Otvoreni postupak
IV.1.3.
Podaci o okvirnom sporazumu ili dinamičkom sustavu nabave
IV.1.8.
Podaci o Sporazumu o javnoj nabavi (GPA)
Nabava je obuhvaćena Sporazumom o javnoj nabavi: da
IV.2.
Administrativni podaci
IV.2.1.
Prethodna objava povezana s ovim postupkom
Broj objave u Dodatku SL-u: 2017/S 247-516994
IV.2.2.
Rok za dostavu ponuda ili zahtjeva za sudjelovanje
Datum: 20/04/2018 Lokalno vrijeme: 15:00
IV.2.3.
Procijenjeni datum slanja poziva na dostavu ponuda ili na sudjelovanje odabranim natjecateljima
IV.2.4.
Jezici na kojima se mogu dostaviti ponude ili zahtjevi za sudjelovanje
Engleski
IV.2.6.
Minimalni rok valjanosti ponude
Ponuda mora biti valjana do: 19/07/2018
IV.2.7.
Uvjeti za otvaranje ponuda
Datum: 20/04/2018 Lokalno vrijeme: 15:30

Odjeljak VI: Dopunski podaci

VI.1.
Podaci o obnavljanjima
Ova nabava će se ponavljati.: ne
VI.3.
Dodatni podaci
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.
Postupci pravne zaštite
VI.4.1.
Tijelo nadležno za postupak pravne zaštite
Službeni naziv: The High Court
Poštanska adresa: Royal Courts of Justice, Chichester Street
Mjesto: Belfast
Država: Ujedinjeno Kraljevstvo
VI.5.
Datum slanja ove obavijesti
09/03/2018