Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
Person cyswllt: pb2infrastructure-ni.gov.uk; pb1infrastructure-ni.gov.uk
E-bost: pb2@infrastructure-ni.gov.uk
NUTS: UKN
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://etendersni.gov.uk/epps
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
DfI TRAM T-1137 Engineering Services Consultancy Partner Contract (TRAM)
II.1.2) Prif god CPV
71320000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: • Contract 1 – East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and • Contract 2 – North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 83 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 2 lotiau
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 1
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
LOT 1: Eastern Division and Western Division
II.2.2) Cod(au) CPV ychwanegol
71310000
90710000
71630000
71540000
71510000
71520000
II.2.3) Man cyflawni
Cod NUTS:
UKN0
II.2.4) Disgrifiad o’r caffaeliad
The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: • Contract 1 – East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and • Contract 2 – North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 48 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
There are options to extend this contract up to a maximum of 60 months at the discretion of
the Contracting Authority.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Ydy
Rhif y Lot 2
II.2.1) Teitl
LOT 2: Northern Division and Southern Division
II.2.2) Cod(au) CPV ychwanegol
71310000
90710000
71630000
71540000
71510000
71520000
II.2.3) Man cyflawni
Cod NUTS:
UKN0
II.2.4) Disgrifiad o’r caffaeliad
The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: • Contract 1 – East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and • Contract 2 – North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 35 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
There are options to extend this contract up to a maximum of 60 months at the discretion of
the Contracting Authority.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Ydy
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-018387
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
14/11/2023
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.3) Gwybodaeth ychwanegol
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises. (SMEs). The evaluation of submissions (PQQPs or TPs) will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal: (1)If your company is not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/epps/. home.do — Select the “Register as a Supplier” link and follow the on screen instructions. 2) Expression of Interest and access to tender documentation- You may “Express an Interest” in a project and access the tender documentation via the projects CfT Menu. If you require assistance or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the Contracting Authority using the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The Contracting Authority is utilising an electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is intended that all communications with the Contracting Authority, including the accessing and submission of tender responses, will be conducted via eTendersNI. Poor Performance, as part of its contract management procedures: the Contracting Authority and their CoPE will use the Protocol for Managing Poor Supplier Performance contained in the Procurement documentation. The protocol sets out a series of five escalating stages to enable Contracting Authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as an alternative to terminating the contract, senior management in the Contracting Authority/CoPE can issue a Notice of Written Warning. At Stage 5, as an alternative to terminating the contract, a notice of unsatisfactory performance can be issued to the Economic Operator. These notices remain current for the period of time stated in the protocol and an Economic Operator must declare, in subsequent procurement competitions, if it has received a current Notice of Written Warning or a current Notice of Unsatisfactory Performance within 3 years of the TP Submission Deadline. If an Economic Operator has received more than one current Notice of Written Warning the Contracting Authority/CoPE, at its discretion, can consider an Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a minimum period of 12 months. If an Economic Operator is subject to a notice of unsatisfactory performance the Contracting Authority/CoPE, at its discretion, can consider the Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years. List of public bodies to which NI public procurement policy applies Department of Finance (finance-ni.gov.uk).
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court, Royal Courts of Justice
Chichester Street
Belfast
BT1 3JF
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
DfI will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
10/10/2023