Term Contracts for Maintenance and Improvement of Structures 2015
Within each Contract, the works may include but not be limited to the following principal work activities provided by way of example: a. Stonework, Brickwork, Blockwork; b. Sprayed Concrete; c. Concrete repairs; d. Pressure Pointing; e. Working with services/utilities.
United Kingdom-Downpatrick: Road-maintenance works
2015/S 013-018395
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department for Regional Development
TransportNI, Rathkeltair House
For the attention of: Lawrence Craig
BT30 6AJ Downpatrick
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.drdni.gov.uk
Electronic access to information: https://e-sourcingni.bravosolution.co.uk/web/login.shtml
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Execution
NUTS code UKN0
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
a. Stonework, Brickwork, Blockwork;
b. Sprayed Concrete;
c. Concrete repairs;
d. Pressure Pointing;
e. Working with services/utilities;
f. Safety Fences and Parapet installation and repairs;
g. Reinforced concrete construction and reconstruction;
h. Bridge expansion joints;
i. Structural Steel Painting;
j. Installation of Precast Culverts.
II.1.6)Common procurement vocabulary (CPV)
45233141, 45221100, 45221111, 45221119, 45221000
II.1.7)Information about Government Procurement Agreement (GPA)
II.2.1)Total quantity or scope:
Contract 1. STN2 (2015) — Mid and East Antrim, Antrim and Newtownabbey, Estimated Annual Works Value Range: 600 000 GBP-2 200 000 GBP.
Contract 2. STS2 (2015) — Newry, Mourne and Down, North Down and Ards Estimated Annual Works Value Range: 350 000 GBP-1 600 000 GBP.
Contract 3. STW2 (2015) — Derry and Strabane Estimated Annual Works Value Range: 300 000 GBP-1 200 000 GBP.
Contract 4. STW3 (2015) — Fermanagh and Omagh Estimated Annual Works Value Range: 500 000 GBP-1 500 000 GBP.
Contract 5. STW1 (2015) — Mid Ulster Estimated Annual Works Value Range: 300 000 GBP-1 500 000 GBP.
Contract 6. STE1 (2015) — Belfast, Lisburn and Castlereagh Estimated Annual Works Value Range: 500 000 GBP-1 300 000 GBP.
Contract 7. STN1 (2015) — Causeway Coast and Glens Estimated Annual Works Value Range: 250 000 GBP-1 300 000 GBP.
The financial limits for individual Orders under Manitenance and Improvement of Structures 2015 shall generally be between 1 GBP-350 000 GBP (inclusive). Economic Operators should be advised that the Contracting Authority is under no obligation to issue any Works Order under this contract.
II.2.2)Information about options
Description of these options: The initial term of each contract shall be 3 years. At the sole discretion of the Contracting Authority, a contract extension may be made on any number of occasions up to the maximum contract duration stated within the Memorandum of Information within the Tender Documentation.
Section III: Legal, economic, financial and technical information
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.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
Full details of the conditions for participation are included in the Memorandum of Information.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Full details are included in a Memorandum of Information — Any applicant scored within 2 % of the 8th place will be considered for inclusion on the Restricted list.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3-6 years.
VI.2)Information about European Union funds
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. All documents will only be available on line through the eSourcingNI portal.
1. If you are not already registered on eSourcing NI you must register your company on the eSourcing NI portal which can be found at www.e-sourcingni.bravosolution.co.uk — Follow the link to the eSourcing Portal — Click on the ‘Register’ link and follow the instructions on the screen.
2. Express an Interest in the tender and responding to Tenders — Log into the portal with the user-name/password. You will now have access to the documents you need to express an interest, complete a PQQ and/or submit a tender for the opportunities listed — If you require assistance or help to navigate the site please consult the on-line help, or contact the eSourcing help desk. The contact details can be found on the eSourcing NI opening web page at www.e-sourcingni.bravosolution.co.uk The documents may be downloaded up to the closing date and time for the submission.
The tender must be completed by all applicants and returned using the online eSourcing NI portal to arrive not later than the time and date as stated in IV.3.4). DRD Transport NI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is intended that all communications with TNI including the accessing and submission of tender responses will be conducted via www.e-sourcingni.bravosolution.co.uk
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 twelve months from the date of issue of the certificate.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=125952692
GO Reference: GO-2015115-PRO-6292018.
VI.4.1)Body responsible for appeal procedures
The High Court
Royal Courts of Justice, Chichester Street
Belfast
VI.5)Date of dispatch of this notice: