Department for Infrastructure Term Contract for Minor Improvement Works 2020
a) Delivery of temporary traffic management. b) Drainage and service duct Installation. c) Earthworks.
United Kingdom-Belfast: Construction work
2020/S 081-192425
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Clarence Court, Adelaide Street
Town: Belfast
NUTS code: UK
Postal code: BT2 8GB
Country: United Kingdom
Contact person: Mark McDowell
E-mail: Pb1@infrastructure-ni.gov.uk
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DfI Roads and Rivers T-1099 Term Contract for Minor Improvement Works 2020
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Term Contracts for Minor Improvement Works 2020 may include but not be limited to the following principal work activities which are provided by way of example:
a) Delivery of temporary traffic management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993);
b) Drainage and service duct Installation;
c) Earthworks;
d) Pavement construction and surfacing;
e) Footway construction;
f) Fencing and wall construction;
g) Working with services/Utilities working with services/Utilities in the following local government districts: MIN1, Causeway Coast and Glens; MIW1, Mid Ulster; and MIS1, Armagh, Banbridge and Craigavon.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
MIN1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Term Contracts for Minor Improvement Works 2020 may include but not be limited to the following principal work activities which are provided by way of example:
a) Delivery of temporary traffic management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993);
b) Drainage and service duct Installation;
c) Earthworks;
d) Pavement construction and surfacing;
e) Footway construction;
f) Fencing and wall construction;
g) Working with services/Utilities working with services/Utilities in the following local government districts: MIN1, Causeway Coast and Glens; MIW1, Mid Ulster; and MIS1, Armagh, Banbridge and Craigavon.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Term contracts have varying renewal dates.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
MIW1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Term Contracts for Minor Improvement Works 2020 may include but not be limited to the following principal work activities which are provided by way of example:
a) Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993);
b) Drainage and service duct Installation;
c) Earthworks D. Pavement construction and surfacing;
e) Footway construction;
f) Fencing and wall construction;
g) Working with services/Utilities working with services/Utilities in the following local government districts: MIN1, Causeway Coast and Glens; MIW1, Mid Ulster; and MIS1, Armagh, Banbridge and Craigavon.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Term contracts have varying renewal dates.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
MIS1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Term Contracts for Minor Improvement Works 2020 may include but not be limited to the following principal work activities which are provided by way of example:
a) Delivery of temporary traffic management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993);
b) Drainage and service duct Installation;
c) Earthworks;
d) Pavement construction and surfacing;
e) Footway construction;
f) Fencing and wall construction;
g) Working with services/Utilities working with services/Utilities in the following local government districts: MIN1, Causeway Coast and Glens; MIW1, Mid Ulster; and MIS1, Armagh, Banbridge and Craigavon.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Term contracts have varying renewal dates.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Term contracts have varying renewal dates.
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 TPs) 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 eTenders NI portal.
1) If your company is not already registered on eTenders NI you may do so through the eTenders NI 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 eTenders NI 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 eTenders NI 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 eTenders NI. As part of its contract management procedures, the contracting authority and its 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-managementprinciplesandprocedures
The protocol sets out a series of five escalating stages to enable contracting authorities and its 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 procurements, if it has received a current notice of written warning or a current notice of unsatisfactory performance within 3 years of the TP submission deadline. If an economic operator has received more than one current “Notice of written warning”, the contracting authority/CoPE, at its discretion, can consider an economic operator’s exclusion from future procurements 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 procurements 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/. listpublicbodies-. whichni-public procurement-policy-applies
VI.4.1)Review body
Postal address: Royal Court of Justice
Town: Belfast
Country: United Kingdom
VI.5)Date of dispatch of this notice: