Directive 2014/24/EU
Section I: Contracting authority
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
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DfI T-1079 Roads and Rivers Engineering Services Consultancy Partner 2018.
II.1.2)Main CPV code
71311000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Department is seeking to form and develop a mutually beneficial Professional Services Contract with an external consultant to assist the Department in the delivery of Roads + Rivers programmes. The successful contractor will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services.
II.1.5)Estimated total value
Value excluding VAT: 15 000 000.00 GBP
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)
71311000
II.2.3)Place of performance
NUTS code: UKN0
II.2.4)Description of the procurement:
The Department is seeking to form and develop a mutually beneficial Professional Services Contract with an external consultant to assist the Department in the delivery of Roads + Rivers programmes. The successful contractor will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
The duration of the contract shall initially be 3 years and may be extended on any number of occasions up to a maximum of 5 years at the sole discretion of the employer.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Where there is a tie for 8th place, then all Economic Operators in 8th. place will be invited to tender. For the purposes of this exercise a tie for 8th place is deemed to occur where 2 or more Economic. Operators have identical scores or a score within 2 marks (out of a score of 100) of the 8th place score.
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
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
Restricted procedure
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: 02/11/2017
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: 31/01/2018
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Estimated timing for further notices to be published.
VI.2)Information about electronic workflows
VI.3)Additional information:
The 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 TSPs) 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. 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 Infrastructure 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 12 months from the date of issue of the certificate.
VI.4)Procedures for review
VI.4.1)Review body
The High Court
Royal Court of Justice
Belfast
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
29/09/2017