Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etendersni.gov.uk/epps
I.6)Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
001/0591/17 BTH Contract Administration and Site Supervision Services.
II.1.2)Main CPV code
71541000
II.1.3)Type of contract
Services
II.1.4)Short description:
Translink wish to appoint an Economic Operator to provide Contract Administration and Site Supervision Services in relation to the Belfast Transport Hub Works located in Great Victoria Street, Belfast. The scope of services shall include NEC3 Project Management, Cost Management, Planning, Site Supervision and Safety Inspection. This project has two distinct phases, Enabling Works and the Main Works. The appointment will initially be for 18 months to complete Phase 1 Enabling Works commencing in July 2017. Subject to funding, a further contract may be awarded for Phase 2, the Main Works with completion in December 2020.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71521000
II.2.3)Place of performance
NUTS code: UKN0
Main site or place of performance:
II.2.4)Description of the procurement:
Translink wish to appoint an Economic Operator to provide Contract Administration and Site Supervision Services in relation to the Belfast Transport Hub Works located in Great Victoria Street, Belfast. The scope of services shall include NEC3 Project Management, Cost Management, Planning, Site Supervision and Safety Inspection. This project has two distinct phases, Enabling Works and the Main Works. The appointment will initially be for 18 months to complete Phase 1 Enabling Works commencing in July 2017. Subject to funding, a further contract may be awarded for Phase 2, the Main Works with completion in December 2020.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/08/2017
End: 31/12/2020
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Minimum level(s) of standards possibly required:
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Minimum level(s) of standards possibly required:
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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 procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/05/2017
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 18/11/2017
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Let's work together:. . Follow us on Twitter at www.twitter.com/TranslinkB2B for opportunites worth 50 000 GBP 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 shall be rejected. 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 review
VI.4.1)Review body
Please see section VI.4.3
Belfast
United Kingdom
VI.4.2)Body responsible for mediation procedures
Please see section VI.4.3
Belfast
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
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 calendar 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.4.4)Service from which information about the review procedure may be obtained
Please see section VI.4.3
Belfast
United Kingdom
VI.5)Date of dispatch of this notice:
20/04/2017