GB-Downpatrick: survey services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Roads Service
Roads Service Consultancy, Rathkeltair House
Contact point(s): Roisin Boyle
BT30 6AJ Downpatrick
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local agency/office
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:
GB-Downpatrick: survey services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UKN0

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Road inspection services. Undertaking of Scanner surveys on all Motorway, Trunk, non trunk A class (excluding DBFO maintained network), 50 % of B & C class (during initial contract period) routes throughout the province. Provision of data in the required format (usually HMDIF), fitted to the existing road network for loading onto the employer’s PMS without manipulation by the employer, a third party or the successful contractor at additional cost. The intention is that the works will be carried out under the terms and conditions of the NEC engineering and construction short contract, first edition, published in July 1999 by the Institution of Civil Engineers.
II.1.6)Common procurement vocabulary (CPV)

71631480

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:
Estimated value excluding VAT: 175 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: For each year of the survey, the actual survey completion date shall be the 31st day of August of that year with the processed data being made available by the 30th day of September of that year with the completion of the works by 30.4.2014. The Contract may be extended for up to a further 2 years until 30.4.2016 at the employers discretion.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to III.2.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the 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
Information and formalities necessary for evaluating if the requirements are met:
Full details of the conditions for participation are included in the Tender documents. Refer to VI.3 additional information for details.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

Price. Weighting 75

Quality. Weighting 25

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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.2.2012 - 14:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.2.2012 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening tenders
Date: 28.2.2012 - 15:00

Place:

Rathkeltair House, Downpatrick.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised roads service personnel.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Summer 2015.
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:
- 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. GO Reference: GO-2012112-PRO-3652333.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.1.2012