Stock Proof Lineside Fencing.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Translink
Milewater Road
Contact point(s): Helen.mckinney@translink.co.uk
For the attention of: Helen Mc Kinney
BT3 9BG Belfast
UNITED KINGDOM
Telephone: +28 90759126
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
Other: railway services, urban railway, bus 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:
001/0563/16 Stock Proof Lineside Fencing (MC042.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
NUTS code UKN
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 following is provided in good faith and is intended only as a preliminary background explanation to the Translink Group’s requirement it does not purport to be all inclusive. Translink wish to employ the services of a single contractor to provide Stock Proof Fencing is for the provision of a single Contractor to support Translink in the Network Lineside Fencing Programme. These works will invariably be located in areas associated with rail, transport, infrastructure and consequently will be in safety critical infrastructure environments. The scope is to include for the removal and disposal of existing fence and fence posts where necessary such as post and wire fence, chainlink fence, timber sleepers and the breaking up, removal and disposal of existing concrete bases and backfilling as required. Existing vegetation preventing the new fence from being installed is to be removed and disposed of. The NI Railways network covers approximately 300 route miles. This is broken into the following railway lines: Border — Belfast Belfast — Bangor Belfast — Derry Belfast — Larne Coleraine — Portrush Lisburn — Antrim 2.3 Specifications Standard stock proof fencing should conform to BS 1722-2:2006 and should consist of from the bottom up:- — 1 strand of barbed wire — 1 roll of sheep wire — 2 strands of barbed wire on the top Double strainers will be used at each change of direction or gradient of fence line. Strainers will be at most 30 m apart. Intermediate posts should be 1.8 m long and will be 2.5 to 2.8 m apart. The finished fence height will be approximately 1 100 mm high. N.B. the height will change with the ground contours. All posts and strainers will be driven into the ground until secure, with the exception of rock areas where concrete may be required. The posts are to be topped away from the top barbed wire strand. The wire is to be strained and fastened to the posts with galvanised staples. To allow for the future adjustments or the re-tensioning of wire, staples should be driven obliquely but not fully home on intermediate posts. Sheep wire to be Sentinel Green Rylock manufactured to BS4102 and galvanised to BS443 or equal approved. Barbed wire will be Sentinel Green Rypoint galvanised to BS443 or equal and approved. Staples are 40 mm x 4 mm galvanised to BS443 (green). Straining posts to be 2.1 m x 130 mm diameter, longer and thicker posts will be used in soft conditions or in hollows etc. All surplus materials arising from the works shall be disposed off-site with the possible exception of earth / soil which can be spread locally. The anticipated start date is Quarter 2, 2016] Dates may be subject to change. The Translink Group reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time. Once you have selected the action to ‘Express Interest’ you should view the CFT documents, then once you have completed your response click on the ‘tender’ option in the menu and follow the instructions.
II.1.6)Common procurement vocabulary (CPV)
34928200, 44313100, 45340000, 45342000
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:
Range: between 1 000 000 and 1 100 000 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: 48 (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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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
The most economically advantageous tender in terms of the criteria stated below
1. Management. Weighting 10
2. Financial Management. Weighting 10
3. Safety. Weighting 10
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:
288510
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.4.2016 – 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
IV.3.8)Conditions for opening of tenders
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
Let’s Work together:
Follow us on Twitter at www.twitter.com/Translink B2B for opportunities worth £30,000 or more.
Check out our website at www.translink.co.uk/Corporate/Procurement/
Participate in tenders at https://etendersni.gov.uk/epps
For assistance using eTendersNI and registering your organisation please contact the helpdesk whose number is located on the eTendersNI contact us page
Note: Do not leave completing your PQQ/ITT response until the last minute, late responses WILL NOT be accepted. The contracting authority reserves the right not to award any contract as a result of this competition.
About the Translink Group
Throughout the documentation, both ‘Translink’ and ‘ Group’ refer to the same corporate entities. both shall be taken to comprise the Northern Ireland Transport Holding Company (NITHC) in addition to its main operating subsidiaries Citybus Ltd, Northern Ireland Railways company Ltd and Ulsterbus Ltd.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Please see Section V1.4.2
Body responsible for mediation procedures
Not applicable
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Translink Group will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. the standstill period, which will be for a minimum of 10 calender days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into
The Utilities Contracts Regulations 2006 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
Please see section V1 4.2
VI.5)Date of dispatch of this notice:
7.3.2016