Term Contracts (5 No) for the Maintenance of the DRD Strangford Lough Ferry Vessels.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Department for Regional Development - Roads Service
Roads Service Consultancy, Rathkeltair House, Market Street
Attn: Lawrence Craig
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 at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

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

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local agency/office
General public services
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 Contracts (5 No) for the Maintenance of the DRD Strangford Lough Ferry Vessels.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 1

NUTS code UKN0

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Ferry repair services. The 5 contracts cover differing area of services required for the maintenance of the Departments vessels used to provide a Ferry Service between Strangford and Portaferry. The scopes of the services are identified in greater detail in the IFT document that accompany each competition.
II.1.6)Common procurement vocabulary (CPV)

50241200

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Term Contract for Marine Electrical Services on the Strangford Lough Ferry Service 2011 - 15 000 GBP per annum;
Term Contract for Marine Painting Services on the Strangford Lough Ferry Service 2011 - 40 000 GBP per annum;
Term Contract for Marine Structural Services on the Strangford Lough Ferry Service 2011 - 45 000 GBP per annum;
Term Contract for Marine Hydraulic Services on the Strangford Lough Ferry Service 2011 - 8 000 GBP per annum;
Term Contract for Marine Mechanical Services on the Strangford Lough Ferry Service 2011 - 60 000 GBP per annum.
Excluding VAT
Range between 8 000 and 60 000 GBP
II.2.2)Options
Yes
description of these options: The term of each contract is for a 3 year period and may be extended on any number of occasions up to a maximum 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 6 months.
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 36 (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 regulating 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 to which the performance of the contract is subject
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 requirements are met: Refer to III.2.3.
III.2.2)Economic and financial capacity
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
Information and formalities necessary for evaluating if 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)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the 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)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
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
24.8.2011 - 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: 24.8.2011 - 15:00

Place

Rathkeltair House.

Persons authorised to be present at the opening of tenders Yes
Roads Service Authorised Persons.

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: Normally 5 years.
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU 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-2011621-PRO-2441339.

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:
21.6.2011