Works - 173720-2016

Display compact view

21/05/2016    S97

United Kingdom-Belfast: Construction work

2016/S 097-173720

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Official name: Department for Infrastructure Transport NI
Postal address: Clarence Court Adelaide Street
Town: Belfast
Postal code: BT2 8GB
Country: United Kingdom
Contact person: pb1@infrastructure-ni.gov.uk
For the attention of: Roisin Wilson

Internet address(es):

Address of the buyer profile: https://etendersni.gov.uk/epps

Electronic access to information: https://etendersni.gov.uk/epps

Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps

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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
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:
DfI TNI -T1061 Belfast Rapid Transit Phase 3 Albertbridge Road (C'reagh St to N'ards Rd).
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution

NUTS code UKN03 East of Northern Ireland

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 Works are located on a section of the A20 Albertbridge Road, Belfast between Castlereagh Street and Newtownards Road. As part of the Belfast Rapid Transit (BRT) programme, Transport NI propose to introduce bus lanes along the Albertbridge Road to link the wider east Belfast area to the city centre providing better connectivity and reducing car use to and from the city centre. To facilitate this proposal, a range of measures will need to be implemented such as amending carriageway and footpath widths to accommodate bus lanes, construction of boundary walls, diversion of existing underground/surface services, relocation of existing street furniture and installation of statutory signage and road markings. The Contract is for the construction, completion, testing and commissioning of the following works: All permanent and temporary works associated with Carriageway widening along the Albertbridge Road between Castlereagh Street and Newtownards Road to facilitate implementation of the Eastway Belfast Rapid Transit Network. The new cross-section will mostly include two inbound lanes (nearside lane is a dedicated BRT lane) and one outbound lane with an advisory cyclelane. Existing drainage networks will be upgraded to include kerb inlet gullies, reducing carriageway ironworks and improving bus ride quality. The scheme will also include footway resurfacing, reinstatement of new kerbs and the installation of a new street lighting arrangement.
II.1.6)Common procurement vocabulary (CPV)

45000000 Construction work, 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.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: 1 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 9 (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:
Monthly.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to III.2.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to III.2.3.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The Department's particular requirements will be set out in the contract documentation. Refer to V1.3 additional information details.
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:
T-1061
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
27.6.2016 - 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: 27.6.2016

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: 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 IV.2.1).
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.3.4).
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 Regional Development 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 appeal
VI.4.1)Body responsible for appeal procedures

Official name: The High Court
Postal address: Royal Court of Justice, Chichester Street
Town: Belfast

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.5.2016