DRD Roads Service : Transport and Highway Engineering Consultancy (Partner) Services 2014

  DRD Roads Service has published this notice through Delta eSourcing

Notice Summary
Title: Transport and Highway Engineering Consultancy (Partner) Services 2014
Notice type: Contract Notice
Authority: DRD Roads Service
Nature of contract: Services
Procedure: Restricted
Short Description: The Department wishes to develop a mutually beneficial Professional Service Contract with an external Consultant to assist in the delivery of Departmental/ Roads Service programmes by providing as required, Transport and Highway Engineering Consultancy Services. While the services required will primarily be for Roads Service, the Consultant may also be required to assist other Divisions within the Department or other Departments, with Transport and Highway Engineering services. The contract will replace the current contract - Consultancy Services (Partner) for Assistance in the Delivery of the Roads Service Programme 2009, which expires on the 25 April 2014. The Department is committed to partnering and will seek to encourage such an approach and relationship with the successful Consultant. It is anticipated that the successful Consultant will maintain an extra contractual relationship which delivers continual improvement; achieves a non adversarial approach and provides an innovative approach to problem solving.
Published: 20/06/2013 14:51

View Full Notice

UK-Downpatrick: Highways consultancy services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Department for Regional Development,
      Roads Service Procurement Branch, Rathkeltair House, Market Street, Downpatrick, BT30 6AJ, United Kingdom
      Email: roads.contracts@drdni.gov.uk, URL: https://e-sourcingni.bravosolution.co.uk/web/login.shtml
      Attn: Lawrence Craig

      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: Transport and Highway Engineering Consultancy (Partner) Services 2014
      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:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Highways consultancy services. Transport systems consultancy services. The Department wishes to develop a mutually beneficial Professional Service Contract with an external Consultant to assist in the delivery of Departmental/ Roads Service programmes by providing as required, Transport and Highway Engineering Consultancy Services.

While the services required will primarily be for Roads Service, the Consultant may also be required to assist other Divisions within the Department or other Departments, with Transport and Highway Engineering services.

The contract will replace the current contract - Consultancy Services (Partner) for Assistance in the Delivery of the Roads Service Programme 2009, which expires on the 25 April 2014.

The Department is committed to partnering and will seek to encourage such an approach and relationship with the successful Consultant. It is anticipated that the successful Consultant will maintain an extra contractual relationship which delivers continual improvement; achieves a non adversarial approach and provides an innovative approach to problem solving.
         
      II.1.6)Common Procurement Vocabulary:
         71311210 - Highways consultancy services.
         
         71311200 - Transport systems consultancy 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: 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:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 3,000,000 and 10,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The contract term shall initially be 3 years and may be extended in annual increments up to a maximum contract period of 5 years at the sole discretion of the Employer.

In the event the Employer 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      
         Duration in months: 36 (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:
      Monthly payments and price variation clause will apply
      
      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         
         Minimum Level(s) of standards possibly required:
         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 and Questionnaire. 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: 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 the Memorandum of Information - Any Applicant scored within 2% of the 8th place will be considered to be a tie and 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 below
            Criteria - Weighting
            Quality - 70
            Price - 30

      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-1019- 00      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 05/08/2013
      Time-limit for receipt of requests for documents or for accessing documents: 23:59
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/08/2013
         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: No
   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 online through the eSourcing NI 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.
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 date and time for the submission. The PQQ/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 consultant'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=63724132
GO-2013620-PRO-4892237 TKR-2013620-PRO-4892236
   
   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: 20/06/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Downpatrick: Highways consultancy services.

Section I: Contracting Authority
   Title: UK-Downpatrick: Highways consultancy services.
   I.1)Name, Addresses and Contact Point(s):
      Department for Regional Development,
      Roads Service Procurement Branch, Rathkeltair House, Market Street, Downpatrick, BT30 6AJ, United Kingdom
      Email: roads.contracts@drdni.gov.uk, URL: https://e-sourcingni.bravosolution.co.uk/web/login.shtml
      Attn: Lawrence Craig

   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: Transport and Highway Engineering Consultancy (Partner) Services 2014      
      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):
         Highways consultancy services. Transport systems consultancy services. The Department wishes to develop a mutually beneficial Professional Service Contract with an external Consultant to assist in the delivery of Departmental/ Roads Service programmes by providing as required, Transport and Highway Engineering Consultancy Services.

While the services required will primarily be for Roads Service, the Consultant may also be required to assist other Divisions within the Department or other Departments, with Transport and Highway Engineering services.

The contract will replace the current contract - Consultancy Services (Partner) for Assistance in the Delivery of the Roads Service Programme 2009, which expires on the 25 April 2014.

The Department is committed to partnering and will seek to encourage such an approach and relationship with the successful Consultant. It is anticipated that the successful Consultant will maintain an extra contractual relationship which delivers continual improvement; achieves a non adversarial approach and provides an innovative approach to problem solving.
      II.1.5)Common procurement vocabulary:
         71311210 - Highways consultancy services.
         71311200 - Transport systems consultancy 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: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 70
         Price - 30
         
      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-1019- 01         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 121 - 207714 of 25/06/2013
         
         

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

      V.1)Date Of Contract Award: 24/02/2014      
      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: Amey OW Limited
         Postal address: The Sherard Building, Edmund Hailey Road
         Town: Oxford
         Postal code: OX4 4DQ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 10,000,000
            Currency: GBP

      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 successful consultant'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=90739749
GO-2014228-PRO-5495853 TKR-2014228-PRO-5495852   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   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: 28/02/2014