By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

A26 Dualling Glarryford to A44 (Drones Road) Junction.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Department for Regional Development
Procurement Branch, Rathkeltair House
For the attention of: Stuart McKinstry
BT30 6AJ Downpatrick
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.drdni.gov.uk

Address of the buyer profile: 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
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:
A26 Dualling Glarryford to A44 (Drones Road) Junction.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKN04

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)
Construction work for highways, roads. Road construction works. Roadworks. Engineering works and construction works. The objective of this contract is to upgrade the A26, to dual carriageway category 5 standard on the stretch of single carriageway between Glarryford and the A44 Drones Road Junction.
The strategic objectives for the A26 Dualling scheme are:
- Improve this length of the A26 (Frosses Road) to dual carriageway standard as identified in the Regional Strategic Transport Network Transport Plan 2015;
- Improve road safety on this length of the A26 (Frosses Road);
- Reduce traffic congestion at peak times through this section of the A26 (Frosses Road) and in doing so improve vehicle operating costs and journey times.
II.1.6)Common procurement vocabulary (CPV)

45233100, 45233120, 45233140, 45220000

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 will be a Design & Build contract using NEC3 Option A, and as such the applicant will be required to manage the design and the construction processes for all permanent and temporary works associated with the Contract. The works involve improvement of the A26 Trunk Road from single carriageway to dual 2-lane carriageway (D2AP) from south of the Glarryford crossroads to the junction with the A44 Drones Road and include the following 8 Principal Work activities:
1. Detailed design of the scheme, including obtaining relevant technical approvals, departures and relaxations.
2. Major earthworks including cuttings, embankments, ground remediation, pre-earthworks drainage and significant quantity of Peat.
3. Construction of approximately 8km of new dual carriageway D2AP and associated side road realignments and tie ins.
4. Three new Compact Grade Separated junctions at the B64 Station Road/Springmount Road, at the C61 Lisnasoo Road and at the B94 Drumadoon Road/B93 Killagan Road Junction and one new roundabout at the A44 Drones Road Junction.
5. Various structures including 3 no. new overbridges, 2 no. river crossings, 1 no.retaining walls and various boundary walls.
6. Drainage including 13 culverts and headwalls and a river diversion.
7. Accommodation works for affected land owners.
8. Management of temporary traffic arrangements to maintain traffic flows.
Estimated value excluding VAT:
Range: between 40 000 000 and 50 000 000 GBP
II.2.2)Information about options
Options: no
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:
To be advised in tender 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
Information and formalities necessary for evaluating if the requirements are met: 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: Information and formalities necessary for evaluating if the requirements are met: 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 a Memorandum of Information and Prequalification Questionnaire. 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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Full details are included in a memorandum of information - Where there is a tie for 5th place, then all Economic Operators in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th place is deemed to occur where two or more Economic Operators have identical scores or a score within 2 marks (out of a score of 100) of the 5th place score.
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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-1025-00
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 27.1.2014 - 23:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.1.2014 - 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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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

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 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 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=81983490

GO Reference: GO-2013124-PRO-5309933
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:
4.12.2013