DfI TRAM T-1129 Term Contract for Minor Improvement Works (Ангилья - Тендер #43259076) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 43259076 Дата публикации: 30-06-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-mail: pb1@infrastructure-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
Ministry 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) TitleDfI TRAM T-1129 Term Contract for Minor Improvement Works
II.1.2) Main CPV code45000000
II.1.3) Type of contractWorks
II.1.4) Short descriptionTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.1.5) Estimated total valueValue excluding VAT: 114 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 8 lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2) DescriptionLot No: 1
II.2.1) TitleMIE1 Belfast / Lisburn and Castlereagh
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 25 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleMIN2 Mid and East Antrim / Antrim and Newtownabbey
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 16 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleMIW3 Fermanagh and Omagh
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 16 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 4
II.2.1) TitleMIS2 Newry, Mourne and Down / Ards and North Down
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 14 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 5
II.2.1) TitleMIW1 Mid Ulster
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 14 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 6
II.2.1) TitleMIN1 Causeway Coast and Glens
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 11 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 7
II.2.1) TitleMIS1 Armagh City, Banbridge and Craigavon
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 9 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 8
II.2.1) TitleMIW2 Derry City and Strabane
II.2.2) Additional CPV code(s)45200000
45220000
45230000
II.2.3) Place of performanceNUTS code:
UKN0
II.2.4) Description of the procurementTerm Contract for Minor Improvement Works - the works to be undertaken under this Contract 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 and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.
II.2.5) Award criteriaCriteria below:
Quality criterion: 20 / Weighting: 20
Cost criterion: 80 / Weighting: 80
II.2.6) Estimated valueValue excluding VAT: 7 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
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
Selection criteria as stated in the procurement documents
Open procedure
IV.1.8) Information about 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: 10/08/2023
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 08/12/2023
IV.2.7) Conditions for opening of tendersDate: 10/08/2023
Local time: 15:30
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
Estimated timing for further notices to be published:
Term Contracts have varying renewal dates
VI.3) Additional informationThe 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 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. Poor Performance, as part of its contract management procedures, the Contracting Authority and their CoPE.. will use the Protocol for Managing Poor Supplier Performance contained in the Procurement documentation. The protocol sets out a. series of five escalating stages to enable Contracting Authorities and their 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. procurement competitions, 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 procurement competitions,. 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 procurement competitions, being undertaken on behalf of bodies covered by the. Northern Ireland Public Procurement Policy, for a period of 3 years. List of public bodies to which NI public procurement policy applies. Department of Finance (finance-ni.gov.uk).
VI.4) Procedures for review VI.4.1) Review bodyThe High Court
Royal Courts of Justice
Belfast
BT1 3JF
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
DfI will comply with the Public Contracts Regulations 2015 (as amended) and,. where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of. contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the. unsuccessful tenderers to challenge the award decision before the contract is entered into..
VI.5) Date of dispatch of this notice29/06/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | pb1@infrastructure-ni.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 45000000 | Construction work | Construction and Real Estate |
| 45230000 | Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork | Works for complete or part construction and civil engineering work |
| 45220000 | Engineering works and construction works | Works for complete or part construction and civil engineering work |
| 45200000 | Works for complete or part construction and civil engineering work | Construction work |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |