DRD Roads Service has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Term Contract for Environmental Maintenance 2015 |
Notice type: | Contract Notice |
Authority: | DRD Roads Service |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Environmental services; tree-maintenance servicesWithin each Contract Area, for the Term Contract for Environmental Maintenance 2015 works may include but not be limited to the following which are provided by the way of example: 1. Maintaining grass areas in adopted urban and rural locations. 2. Controlling weed growth in adopted areas. 3. Cleaning and jetting of the road drainage system. 4. Cutting or removing trees and hedges in urban and rural locations. Many of the work activities to be carried out under the Contracts will require the Successful Economic Operator to employ and use skilled personnel and specialist equipment and resources associated with such work activities. Such work activities shall include but not be limited to the following, which are provided by way of examples: 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut or remove trees and hedges and associated works. |
Published: | 12/03/2015 14:40 |
View Full Notice
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: Stuart McKinstry
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Term Contract for Environmental Maintenance 2015
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKN0 - Northern Ireland
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Environmental services. Tree-maintenance services. Environmental services; tree-maintenance servicesWithin each Contract Area, for the Term Contract for Environmental Maintenance 2015 works may include but not be limited to the following which are provided by the way of example: 1. Maintaining grass areas in adopted urban and rural locations. 2. Controlling weed growth in adopted areas. 3. Cleaning and jetting of the road drainage system. 4. Cutting or removing trees and hedges in urban and rural locations. Many of the work activities to be carried out under the Contracts will require the Successful Economic Operator to employ and use skilled personnel and specialist equipment and resources associated with such work activities. Such work activities shall include but not be limited to the following, which are provided by way of examples: 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut or remove trees and hedges and associated works.
II.1.6)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
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: Yes
If yes, tenders should be submitted for: One or more lots
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:
Contract 1 - Southern Division (EMS2) 2015 [North Down & Ards, Down, Newry & Mourne] Estimated Annual Works Value Range: 500 000 GBP - 750 000 GBP. Contract 2 - Eastern Division (EME2) 2015 [Lisburn & Castlereagh] Estimated Annual Works Value Range: 250 000 GBP - 350 000 GBP. Contract 3 - Northern Division (EMN2) 2015 [Ballymena & Larne & Carrickfergus, Antrim & Newtownabbey] Estimated Annual Works Value Range: 175 000 GBP - 350 000 GBP. Contract 4 - Western Division (EMW3) 2016 [Fermanagh & Omagh] (Commences 1 April 2016) Estimated Annual Works Value Range:125 000 GBP - 250 000 GBP. Contract 5 - Eastern Division (EME1) 2016 [Belfast North, Belfast South] (Commences 1 April 2016) Estimated Annual Works Value Range:190 000 GBP - 260 000 GBP. Contract 6 - Western Division (EMW2) 2015 [Londonderry & Strabane] Estimated Annual Works Value Range:70 000 GBP - 140 000 GBP. Contract 7 - Northern Division (EMN1) 2015 [Limavady & Coleraine, Ballymoney & Moyle] Estimated Annual Works Value Range: 60 000 GBP - 150 000 GBP.
II.2.2)Options: Not Provided
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
Lot No: 1
Title: Contract 1 Southern Division (EMS2) 2015 [North Down & Ards, Down, Newry & Mourne.]
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
3)Quantity Or Scope:
Estimated Annual Works Value Range: 500 000 GBP – 750 000 GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Contract 2 Eastern Division (EME2) 2015 [Lisburn & Castlereagh. ]
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
3)Quantity Or Scope:
Estimated Annual Works Value Range: 250 000 GBP – 350 000 GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Contract 3 Northern Division (EMN2) 2015 [Ballymena & Larne & Carrickfergus, Antrim & Newtownabbey]
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
3)Quantity Or Scope:
Estimated Annual Works Value Range: 175 000 GBP – 350 000 GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 4
Title: Contract 4 Western Division (EMW3) 2016 [Fermanagh & Omagh.] (Commences 1st April 2016)
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
3)Quantity Or Scope:
Estimated Annual Works Value Range: 125 000 GBP – 250 000 GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 5
Title: Contract 5 Eastern Division (EME1) 2016 [Belfast North, Belfast South.] (Commences 1st April 2016)
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
3)Quantity Or Scope:
Estimated Annual Works Value Range: 190 000 GBP – 260 000 GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 6
Title: Contract 6 Western Division (EMW2) 2015 [Londonderry & Strabane.]
1)Short Description:
Estimated Annual Works Value Range: 70 000 GBP – 140 000 GBP
2)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 7
Title: Contract 7 Northern Division (EMN1) 2015 [Limavady & Coleraine, Ballymoney & Moyle.]
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
3)Quantity Or Scope:
Estimated Annual Works Value Range: 60 000 GBP – 150 000 GBP.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: 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 the 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 Instructions for Tendering document
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: 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-1040
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: 21/04/2015
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: From 3 to 6 years
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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 eSourcingNI 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 12 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=135828741
GO-2015312-PRO-6435620 TKR-2015312-PRO-6435619
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: 12/03/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Downpatrick: Environmental services.
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: Stuart McKinstry
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:
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Term Contract for Environmental Maintenance 2015
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
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):
Environmental services. Tree-maintenance services. Environmental services; tree-maintenance servicesWithin each Contract Area, for the Term Contract for Environmental Maintenance 2015 works may include but not be limited to the following which are provided by the way of example: 1. Maintaining grass areas in adopted urban and rural locations. 2. Controlling weed growth in adopted areas. 3. Cleaning and jetting of the road drainage system. 4. Cutting or removing trees and hedges in urban and rural locations. Many of the work activities to be carried out under the Contracts will require the Successful Economic Operator to employ and use skilled personnel and specialist equipment and resources associated with such work activities. Such work activities shall include but not be limited to the following, which are provided by way of examples: 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut or remove trees and hedges and associated works.
II.1.5)Common procurement vocabulary:
90700000 - Environmental services.
77211500 - Tree-maintenance services.
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-1040
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 53 - 92774 of 12/03/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: T-1040 - 1
V.1)Date Of Contract Award: 22/09/2015
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: Greentown Environmental Ltd
Postal address: 65a Marble Arch Road
Town: Florencecourt
Postal code: BT92 1DE
Country: United Kingdom
Email: info@greentownenvironmental.com
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: T-1040 - 2
V.1)Date Of Contract Award: 22/09/2015
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: Greentown Environmental Ltd.
Postal address: 65a Marble Arch Road
Town: Florencecourt
Postal code: BT92 1DE
Country: United Kingdom
Email: info@greentownenvironmental.com
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: T-1040 - 3
V.1)Date Of Contract Award: 22/09/2015
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: Road Safety Contracts Ltd.
Postal address: 102 Glen Road
Town: Maghera
Postal code: BT46 5JG
Country: United Kingdom
Email: info@roadsafetycontracts.com
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: T-1040 - 4
V.1)Date Of Contract Award: 22/09/2015
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: Greentown Environmental Ltd.
Postal address: 65a Marble Arch Road
Town: Florencecourt
Postal code: BT92 1DE
Country: United Kingdom
Email: info@greentownenvironmental.com
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: T-1040 - 5
V.1)Date Of Contract Award: 22/09/2015
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: Greentown Environmental Ltd.
Postal address: 65a Marble Arch Road
Town: Florencecourt
Postal code: BT92 1DE
Country: United Kingdom
Email: info@greentownenvironmental.com
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: T1040 - 06
V.1)Date Of Contract Award: 22/09/2015
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: Patrick Bradley Ltd.
Postal address: Craigall Quarry
Town: Kilrea
Postal code: BT51 5JJ
Country: United Kingdom
Email: enquiries@patrickbradley.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
7: Award And Contract Value
Contract No: T-1040 - 7
V.1)Date Of Contract Award: 22/09/2015
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: Greentown Environmental Ltd.
Postal address: 65a Marble Arch Road
Town: Florencecourt
Postal code: BT92 1DE
Country: United Kingdom
Email: info@greentownenvironmental.com
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 eSourcingNI 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 12 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=162571225
GO-2015923-PRO-7105402 TKR-2015923-PRO-7105401
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: 23/09/2015