T-1134 DfI Water and Departmental Delivery Engineering Services Consultancy Partner (Ангилья - Тендер #43293074) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 43293074 Дата публикации: 06-07-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
Contact person: pb2infrastructure-ni.gov.uk
E-mail: pb2@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.1) Name and addressesDepartment for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-mail: pb2@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.2) Joint procurementThe contract involves joint procurement
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
Tenders or requests to participate must be sent to the abovementioned address
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) TitleT-1134 DfI Water and Departmental Delivery Engineering Services Consultancy Partner
II.1.2) Main CPV code71311000
II.1.3) Type of contractServices
II.1.4) Short descriptionProvision of civil engineering consultancy and related specialist services across Northern Ireland. They will assist in the delivery of the following projects or programmes of work: improvements to watercourses, including culverts and open channels; flood defences; sea defences; control structures; reservoirs; and alternative flood risk management schemes.
II.1.5) Estimated total valueValue excluding VAT: 30 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)71312000
71313000
71317210
71332000
71520000
71541000
II.2.3) Place of performanceNUTS code:
UKN
II.2.4) Description of the procurementProvision of civil engineering consultancy and related specialist services across Northern Ireland. They will assist in the delivery of the following projects or programmes of work: improvements to watercourses, including culverts and open channels; flood defences; sea defences; control structures; reservoirs; and alternative flood risk management schemes.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There are options to extend this contract up to a maximum of 60 months at the discretion of the Contracting Authority
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: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: Yes
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
Restricted 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.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2023/S 000-018387
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 17/08/2023
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: 15/11/2023
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
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. As part of its contract management procedures, the Contracting Authority and their 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-management principles and. procedures. 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. A list of these bodies subject to. Northern Ireland Public Procurement Policy can be viewed at:. https://www.finance-ni.gov.uk/articles/listpublic-bodieswhich-ni-publicprocurement-. policy- applies.
VI.4) Procedures for review VI.4.1) Review bodyThe High Court
Belfast
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 notice05/07/2023
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: | pb2@infrastructure-ni.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 71311000 | Civil engineering consultancy services | Consultative engineering and construction services |
| 71541000 | Construction project management services | Construction management services |
| 71520000 | Construction supervision services | Construction-related services |
| 71313000 | Environmental engineering consultancy services | Consultative engineering and construction services |
| 71332000 | Geotechnical engineering services | Miscellaneous engineering services |
| 71317210 | Health and safety consultancy services | Hazard protection and control consultancy services |
| 71312000 | Structural engineering consultancy services | Consultative engineering and construction services |
| 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. |