Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DfI TNI T-1071 BRT Phase 2 Upper Newtownards Road. Knock Rd- Dunlady Rd.
II.1.2)Main CPV code45000000 Construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
As part of the Belfast Rapid Transit. BRT. programme, Transport NI propose to introduce bus lanes along the Upper Newtownards Road. between Knock Road and Dunlady 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, diversion of existing underground/surface services, relocation of existing street furniture, accommodation works, provision of statutory signage and road markings.
II.1.5)Estimated total valueValue excluding VAT: 3 300 000.00 GBP
II.1.6)Information about lotsThis 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
II.2.3)Place of performanceNUTS code: UKN0 Northern Ireland
II.2.4)Description of the procurement:
As part of the Belfast Rapid Transit. BRT. programme, Transport NI propose to introduce bus lanes along the Upper Newtownards Road. between Knock Road and Dunlady 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, diversion of existing underground/surface services, relocation of existing street furniture, accommodation works, provision of statutory signage and road markings.
II.2.5)Award criteriaCriteria 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 systemDuration in months: 15
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/03/2017
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 04/06/2017
IV.2.7)Conditions for opening of tendersDate: 06/03/2017
Local time: 15:30
Section VI: Complementary information
VI.1)Information about recurrenceThis 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 bodyOfficial 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:01/02/2017