DRD Roads Service has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | BusTrak: Contract for real-time information and bus priority at traffic signals |
Notice type: | Contract Notice |
Authority: | DRD Roads Service |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Client Group has invested in the real-time information and bus priority measures to improve public transport services in the Greater Belfast Area. The systems and technology associated with the real-time information and bus priority measures require maintenance and support to ensure the provision of accurate and timely information. Although the initial installation of the BusTrak system occurred approximately 10 years ago, other extensions have been added from then until the present day. There is, therefore, a varying age range of equipment. It is considered, however, that none of the equipment has exceeded its intended product life cycle. The Client Group requires the services of a Contractor experienced in the maintenance of real-time information and bus priority measures and the development of similar systems to enhance the service that is provided to the public and operators. |
Published: | 13/06/2013 17:07 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Department for Regional Development
Traffic Information and Control Centre, 1B Airport Road, Belfast, BT3 9DY, United Kingdom
Tel. +44 2890254500, Email: Brian.Maxwell@drdni.gov.uk, URL: www.drdni.gov.uk, URL: https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Contact: Brian Maxwell, Attn: Brian Maxwell
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: BusTrak: Contract for real-time information and bus priority at traffic signals
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
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:
Passenger information system. Real-time passenger information system. The Client Group has invested in the real-time information and bus priority measures to improve public transport services in the Greater Belfast Area. The systems and technology associated with the real-time information and bus priority measures require maintenance and support to ensure the provision of accurate and timely information.
Although the initial installation of the BusTrak system occurred approximately 10 years ago, other extensions have been added from then until the present day. There is, therefore, a varying age range of equipment. It is considered, however, that none of the equipment has exceeded its intended product life cycle.
The Client Group requires the services of a Contractor experienced in the maintenance of real-time information and bus priority measures and the development of similar systems to enhance the service that is provided to the public and operators.
II.1.6)Common Procurement Vocabulary:
48813000 - Passenger information system.
48813200 - Real-time passenger information system.
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
This service contract is primarily aimed at undertaking all necessary maintenance, both routine and reactive, and allows real time and bus priority services to be provided with the minimum of downtime and incorrect data, in compliance with the specified Key Performance Indicators (KPI’s).
Within the lifetime of this contract, further facilities and expansion of the system may be undertaken, depending on availability of funding and the requirements of the Department.
Estimated value excluding VAT:
Range between: 1,500,000 and 4,500,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The term of the contract shall initially be 5 years and may be extended on any number of occasions up to a maximum of 8 years at the sole discretion of the Employer.
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
Duration in months: 60 (from the award of the contract)
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:
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: No
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 Information for Tenders. Refer to VI.3 additional information for details.
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 below
Criteria - Weighting
Cost - 60
Quality - 40
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-1020
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2013/S 96 - 163851 of 16/05/2013
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 08/08/2013
Time-limit for receipt of requests for documents or for accessing documents: 14:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/08/2013
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
Duration in days: 90
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
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.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 - Login to the portal with the username/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 online 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.
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=63121213
GO-2013613-PRO-4875393 TKR-2013613-PRO-4875392
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
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: 13/06/2013
ANNEX A