loading
  • GB-BT2 8GB Belfast
  • 02.11.2017
  • Ausschreibung
  • (ID 2-279671)

DfI T-1079 Roads and Rivers Engineering Services Consultancy Partner 2018.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.11.2017, 15:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Gebäudetyp Landschaft und Freiraum / Verkehr
    Art der Leistung allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Landschaftsplanung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-BT2 8GB Belfast
    TED Dokumenten-Nr. 389149-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: Civil engineering consultancy services

      2017/S 190-389149

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Department for Infrastructure Transport NI
      Clarence Court, Adelaide Street
      Belfast
      BT2 8GB
      United Kingdom
      Contact person: Adam Heanen
      E-mail: MjIwXE4eLFVaUl5NX2BeYU9gYV5RGVpVGlNbYhphVw==
      NUTS code: UK

      Internet address(es):

      Main address: https://etendersni.gov.uk/epps

      Address of the buyer profile: https://etendersni.gov.uk/epps

      I.2)Joint procurement
      I.3)Communication
      The 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 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
      Notice number in the OJ S: 2017/S 129-263701
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 04.10.2017
Zuletzt aktualisiert 04.10.2017
Wettbewerbs-ID 2-279671 Status Kostenpflichtig
Seitenaufrufe 63