DRD Roads Service has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Term Contract for Traffic Signal Solutions 2015 |
Notice type: | Contract Notice |
Authority: | DRD Roads Service |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Traffic Signal Solutions works, including the supply, install and commissioning of traffic signal control and pedestrian control equipment at new or upgraded installations at locations specified by TransportNI throughout Northern Ireland. |
Published: | 10/12/2014 14:18 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Department for Regional Development
TransportNI, Clarence Court, Belfast, BT2 8GB, United Kingdom
Attn: Adam Heanen
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Term Contract for Traffic Signal Solutions 2015
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution
Region Codes: UKN0 - Northern Ireland
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Traffic lights. Installation of traffic lights. Traffic Signal Solutions works, including the supply, install and commissioning of traffic signal control and pedestrian control equipment at new or upgraded installations at locations specified by TransportNI throughout Northern Ireland.
II.1.6)Common Procurement Vocabulary:
34996100 - Traffic lights.
45316212 - Installation of traffic lights.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Within the contract area, the Term Contract for Traffic Signal Solutions 2015 works may include but not be limited to the following which are provided by the way of example:The scope of the contract will include, but is not limited to, the following activities: - a. Supply, install and commissioning of traffic signal control equipment Traffic installations may include provision for the following methods of operation: •Urban Traffic Control (UTC, SCOOT, MOVA) •Vehicle Priority and Hurry Call •Manual control •Cableless Linking Facility (CLF) •Vehicle Actuated and Fixed Time. b. Supply, install and commissioning of pedestrian/cyclist operated traffic control equipment. c. Supply, install and commissioning of other traffic control and associated equipment and cabling. d. Installation of traffic control equipment, including the configuration and testing of EPROMs for controllers and MOVA (when required). Pre-installation checking of controllers in both the Contractor’s depot and the Traffic Information and Control Centre (if required). e. Slotcutting and the installation of detector loops and feeders, above ground detection and wireless detection systems. f. Installation of other traffic control/monitoring equipment that may be available throughout the lifespan of this Contract. g. Electrical Test Certification and the signing of a Take Over Certificate at the commissioning of each installation. h. Maintenance of equipment installed under this Contract during the warranty period. i. Modification and upgrade of existing equipment. j. The role and responsibilities of Principal Contractor should an element of the work become notifiable under the CDM Regulations. k. Liaison, if required, with other Statutory Undertakers. l. Attendances at Court. m. The undertaking of trials of new traffic control technology. n. The production of as built record drawings for all works undertaken, including schematic cable diagrams for the installation of new cables and the supply of Easting & Northing coordinates (reference to Ordnance Survey of Northern Ireland). Drawings should be provided in both electronic and hard copy formats. o. The supply of all relevant documentation requested by TransportNI, and keeping of accurate records of all equipment and work carried out under this Contract in a suitable electronic form to be agreed with the Engineer. Examples of electronic records are controller logbooks, operator & maintenance manuals, electrical test results, in-service reports, annual and quarterly inspections. p. The supply of performance statistics as requested by TransportNI. q. The prompt supply to TransportNI of all documentation relating to fault finding and rectification, inspections and all other work carried out. r. The holding of adequate parts/stock for all the equipment under warranty. s. The storage of equipment including traffic signal controllers belonging to TransportNI. t. Attendance at meetings as requested by TransportNI. u. Preparation of control equipment specifications. v. As part of the preparation for the controller specification under “u.” above the Traffic Signal Supplier may, at times, be asked to undertake some associated scheme preparation work. w. Junction/Puffin/Toucan timing schedules.
Estimated value excluding VAT:
Range between: 7,000,000 and 10,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The term of contract shall be 2 years and may be extended on any number of occasions up to a maximum duration of 5 years at the sole discretion of the Contracting Authority. In the event that the Contracting Authority is unable for any reason to award a new replacement contract the term may be extended for a further period or periods up to a maximum of 12 months.
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Monthly payments.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The Department's particular requirements will be set out in the contract documentation.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Refer to III.2.3
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Refer to III.2.3
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
The Department's particular requirements will be set out in the contract documentation. Refer to VI.3 Additional Information for details.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: T-1038
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 23/01/2015
Time: 15:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 3 - 5 years.
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. All documents will only be available on line through the eSourcingNI portal. 1. If you are not already registered on eSourcing NI you must register your company on the eSourcing NI portal which can be found at www.e-sourcingni.bravosolution.co.uk — Follow the link to the eSourcing Portal — Click on the ‘Register’ link and follow the instructions on the screen. 2. Express an Interest in the tender and responding to Tenders — Log into the portal with the user-name/password. You will now have access to the documents you need to expressan interest, complete a PQQ and/or submit a tender for the opportunities listed. - If you require assistance or help to navigate the site please consult the on-line help, or contact the eSourcing help desk. The contact details can be found on the eSourcing NI opening web page at www.e-sourcingni.bravosolution.co.uk The documentsmay be downloaded up to the closing date and time for the submission. The tender must be completed by all applicants and returned using the online eSourcing NI portal to arrive not later than the time and date asstated in IV.3.4. DRD Transport NI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is intended that all communications with TNI including the accessing and submission of tender responses will be conducted via www.e-sourcingni.bravosolution.co.uk . 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 Regional Development 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 twelve months from the date of issue of the certificate.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=120643861
GO-20141210-PRO-6219284 TKR-20141210-PRO-6219283
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The High Court
Royal Courts of Justice, Chichester Street, Belfast, United Kingdom
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 10/12/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Belfast: Traffic lights.
I.1)Name, Addresses and Contact Point(s):
Department for Regional Development
TransportNI, Clarence Court, Belfast, BT2 8GB, United Kingdom
Attn: Adam Heanen
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Term Contract for Traffic Signal Solutions 2015
II.1.2)Type of contract and location of works:
WORKS
Execution
Region Codes: UKN0 - Northern Ireland
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Traffic lights. Installation of traffic lights. Traffic Signal Solutions works, including the supply, install and commissioning of traffic signal control and pedestrian control equipment at new or upgraded installations at locations specified by TransportNI throughout Northern Ireland.
II.1.5)Common procurement vocabulary:
34996100 - Traffic lights.
45316212 - Installation of traffic lights.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 30
Price - 70
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: T-1038
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
Section V: Award Of Contract
1: Award And Contract Value
Contract No: T-1038
V.1)Date Of Contract Award: 11/03/2015
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Siemens Mobility Traffic Solutions
Postal address: Sopers Lane, Poole
Town: Dorset
Postal code: BH17 7ER
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. All documents will only be available on line through the eSourcingNI portal. 1. If you are not already registered on eSourcing NI you must register your company on the eSourcing NI portal which can be found at www.e-sourcingni.bravosolution.co.uk — Follow the link to the eSourcing Portal — Click on the ‘Register’ link and follow the instructions on the screen. 2. Express an Interest in the tender and responding to Tenders — Log into the portal with the user-name/password. You will now have access to the documents you need to expressan interest, complete a PQQ and/or submit a tender for the opportunities listed. - If you require assistance or help to navigate the site please consult the on-line help, or contact the eSourcing help desk. The contact details can be found on the eSourcing NI opening web page at www.e-sourcingni.bravosolution.co.uk The documentsmay be downloaded up to the closing date and time for the submission. The tender must be completed by all applicants and returned using the online eSourcing NI portal to arrive not later than the time and date asstated in IV.3.4. DRD Transport NI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is intended that all communications with TNI including the accessing and submission of tender responses will be conducted via www.e-sourcingni.bravosolution.co.uk . 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 Regional Development 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 twelve months from the date of issue of the certificate.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=135878484
GO-2015318-PRO-6447298 TKR-2015318-PRO-6447297
VI.3.1)Body responsible for appeal procedures:
The High Court
Royal Courts of Justice, Chichester Street, Belfast, United Kingdom
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 18/03/2015