DRD Roads Service : Term Contracts for Maintenance and Improvement of Structures 2015

  DRD Roads Service has published this notice through Delta eSourcing

Notice Summary
Title: Term Contracts for Maintenance and Improvement of Structures 2015
Notice type: Contract Notice
Authority: DRD Roads Service
Nature of contract: Works
Procedure: Restricted
Short Description: The work involves the maintenance and improvement of structures and associated ancillary works. Within each Contract, the works may include but not be limited to the following principal work activities provided by way of example: a.Stonework, Brickwork, Blockwork b.Sprayed Concrete c.Concrete repairs d.Pressure Pointing e.Working with services / utilities f.Safety Fences and Parapet installation and repairs g.Reinforced concrete construction and reconstruction h.Bridge expansion joints i.Structural Steel Painting j.Installation of Precast Culverts
Published: 15/01/2015 14:23

View Full Notice

UK-Downpatrick: Road-maintenance works.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Department for Regional Development
      TransportNI, Rathkeltair House, Downpatrick, BT30 6AJ, United Kingdom
      URL: www.drdni.gov.uk
      Attn: Lawrence Craig
      Electronic Access URL: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

      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:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   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 Contracts for Maintenance and Improvement of Structures 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:
      Road-maintenance works. Construction work for bridges. Road bridge construction work. Bridge renewal construction work. Construction work for bridges and tunnels, shafts and subways. The work involves the maintenance and improvement of structures and associated ancillary works. Within each Contract, the works may include but not be limited to the following principal work activities provided by way of example: a.Stonework, Brickwork, Blockwork b.Sprayed Concrete c.Concrete repairs d.Pressure Pointing e.Working with services / utilities f.Safety Fences and Parapet installation and repairs g.Reinforced concrete construction and reconstruction h.Bridge expansion joints i.Structural Steel Painting j.Installation of Precast Culverts
         
      II.1.6)Common Procurement Vocabulary:
         45233141 - Road-maintenance works.
         
         45221100 - Construction work for bridges.
         
         45221111 - Road bridge construction work.
         
         45221119 - Bridge renewal construction work.
         
         45221000 - Construction work for bridges and tunnels, shafts and subways.
         

      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: Not Provided
      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:
      The work involves the maintenance and improvement of road structures and associated ancillary works in the following areas:- Contract 1. STN2 (2015) - Mid and East Antrim, Antrim and Newtownabbey, Estimated Annual Works Value Range: 600,000 GBP - 2,200,000 GBP. Contract 2. STS2 (2015) - Newry, Mourne and Down, North Down and Ards Estimated Annual Works Value Range: 350,000 GBP - 1,600,000 GBP. Contract 3. STW2 (2015) - Derry and Strabane Estimated Annual Works Value Range: 300,000 GBP - 1,200,000 GBP. Contract 4. STW3 (2015) - Fermanagh and Omagh Estimated Annual Works Value Range: 500,000 GBP - 1,500,000 GBP. Contract 5. STW1 (2015) - Mid Ulster Estimated Annual Works Value Range: 300,000 GBP - 1,500,000 GBP. Contract 6. STE1 (2015) - Belfast, Lisburn and Castlereagh Estimated Annual Works Value Range: 500,000 GBP - 1,300,000 GBP. Contract 7. STN1 (2015) - Causeway Coast and Glens Estimated Annual Works Value Range: 250,000 GBP - 1,300,000 GBP. The financial limits for individual Orders under Manitenance and Improvement of Structures 2015 shall generally be between 1GBP – 350,000GBP (inclusive). Economic Operators should be advised that the Contracting Authority is under no obligation to issue any Works Order under this contract.      
      
      II.2.2)Options: Yes
         If yes, description of these options: The initial term of each contract shall be 3 years. At the sole discretion of the Contracting Authority, a contract extension may be made on any number of occasions up to the maximum contract duration stated within the Memorandum of Information within the Tender Documentation.                   
         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

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:
      To be advised in contract documents
      
      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: Not Provided      
   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:
         Full details of the conditions for participation are included in the Memorandum of Information      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 8
         
         Objective Criteria for choosing the limited number of candidates:
         Full details are included in a Memorandum of Information - Any applicant scored within 2% of the 8th place will be considered for inclusion on the Restricted list.   
   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-1044      
      IV.3.2)Previous publication(s) concerning the same contract: No

      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: 17/02/2015
         Time: 15:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 3 - 6 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 express an 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 documents may 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 as stated 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=125952692
GO-2015115-PRO-6292018 TKR-2015115-PRO-6292017
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      The High Court
      Royal Courts of Justice, Chichester Street, Belfast

      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: 15/01/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Downpatrick: Road-maintenance works.

Section I: Contracting Authority
   Title: UK-Downpatrick: Road-maintenance works.
   I.1)Name, Addresses and Contact Point(s):
      Department for Regional Development
      TransportNI, Rathkeltair House, Downpatrick, BT30 6AJ, United Kingdom
      Email: TransportNI.Procurement@drdni.gov.uk, URL: www.drdni.gov.uk
      Attn: Lawrence Craig
      Electronic Access URL: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   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 Contracts for Maintenance and Improvement of Structures 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):
         Road-maintenance works. Construction work for bridges. Road bridge construction work. Bridge renewal construction work. Construction work for bridges and tunnels, shafts and subways. The work involves the maintenance and improvement of structures and associated ancillary works. Within each Contract, the works may include but not be limited to the following principal work activities provided by way of example: a.Stonework, Brickwork, Blockwork b.Sprayed Concrete c.Concrete repairs d.Pressure Pointing e.Working with services / utilities f.Safety Fences and Parapet installation and repairs g.Reinforced concrete construction and reconstruction h.Bridge expansion joints i.Structural Steel Painting j.Installation of Precast Culverts
      II.1.5)Common procurement vocabulary:
         45233141 - Road-maintenance works.
         45221100 - Construction work for bridges.
         45221111 - Road bridge construction work.
         45221119 - Bridge renewal construction work.
         45221000 - Construction work for bridges and tunnels, shafts and subways.
      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: Restricted
   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-1044         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 13 - 18395 of 20/01/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: STN 1

      V.1)Date Of Contract Award: 12/02/2016      
      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: Highway Barrier Solutions Ltd
         Postal address: 40 Manse Road, Castlereagh
         Town: Belfast
         Postal code: BT8 6SA
         Country: United Kingdom
         Email: info@hbsonline.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: STN 2

      V.1)Date Of Contract Award: 12/02/2016      
      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: McCallan Bros Ltd
         Postal address: 57 Quarry Road
         Town: Carrickmore
         Postal code: BT79 9JX
         Country: United Kingdom
         Email: info@mccallanbrosltd.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: STS 2

      V.1)Date Of Contract Award: 12/02/2016      
      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: McCallan Bros Ltd
         Postal address: 57 Quarry Road
         Town: Carrickmore
         Postal code: BT79 9JX
         Country: United Kingdom
         Email: info@mccallanbrosltd.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   4: Award And Contract Value
      Contract No: STW 1

      V.1)Date Of Contract Award: 12/02/2016      
      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: McCallan Bros
         Postal address: 57 Quarry Road
         Town: Carrickmore
         Postal code: BT79 9JX
         Country: United Kingdom
         Email: info@mccallanbrosltd.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   5: Award And Contract Value
      Contract No: STW 2

      V.1)Date Of Contract Award: 12/02/2016      
      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: Highway Barrier Solutions
         Postal address: 40 Manse Road, Castlereagh
         Town: Belfast
         Postal code: BT8 6SA
         Country: United Kingdom
         Email: info@hbsonline.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   6: Award And Contract Value
      Contract No: STW 3

      V.1)Date Of Contract Award: 12/02/2016      
      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: McCallan Bros Ltd
         Postal address: 57 Quarry Road
         Town: Carrickmore
         Postal code: BT79 9JX
         Country: United Kingdom
         Email: info@mccallanbrosltd.co.uk
      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 express an 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 documents may 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 as stated 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=190642361
GO-2016217-PRO-7769891 TKR-2016217-PRO-7769890   
   VI.3.1)Body responsible for appeal procedures:
      The High Court
      Royal Courts of Justice, Chichester Street, Belfast
   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: 17/02/2016