GB-Downpatrick: Street-lighting maintenance services.

Contract notice

Works

Section I: Contracting authority

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

Roads Service
Roads Service Consultancy, Rathkeltair House, Market Street
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: Street-lighting maintenance services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution

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)
Street-lighting maintenance services. Road-maintenance works. Term Contracts for Street Lighting Works and Maintenance 2012 may include but not limited to the following, which are provided by way of example: The supply and installation of various types of street lighting columns and attachments, traffic posts and attachments, luminaries and their components, traffic equipment, feeder pillars and their components, cable joints etc.:
- electrical maintenance of street lighting networks, street lighting units, lit sign units, internally illuminated bollards and feeder pillars,
- emergency call-out procedures,
- trenching, ducting and cabling,
- directional drilling for the installation of service ducting,
- live working on the supply authority network,
- painting of street furniture,
- identification numbering of street lighting and traffic equipment,
- installation of hi-visibility markings on street furniture,
- reinstatement and street works notification,
- installation and removal of traffic signs,
- cable fault repair,
- the supply and installation of trial / pilot installations involving new equipment and/or techniques,
- the supply and installation of decorative equipment and small scale environmental improvement works,
- periodic electrical inspection and testing and visual structural inspection of various types of street furniture,
- the production of electrical certification to the current version of BS7671 and structural inspection records, in hard copy and electronic format,
- receiving and responding to Works Orders and Instructions through electronic means,
- traffic management,
- working with services / utilities,
- other associated ancillary works.
II.1.6)Common procurement vocabulary (CPV)

50232100, 45233141

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope
Sites within 10 separate defined contract areas (based on groups of section areas) in Northern Ireland:
- contract 1 - Eastern Division - (SLE1) Belfast North, Belfast South - 2 300 000 GBP,
- contract 2 - Eastern Division - (SLE3) Castlereagh, North Down - 2 100 000 GBP,
- contract 3 - Eastern Division - (SLE2) Newtonabbey, Carrickfergus, Lisburn - 1 800 000 GBP,
- contract 4 - Northern Division - (SLN1) Limavady, Coleraine, Ballymoney, Moyle - 1 224 000 GBP,
- contract 5 - Western Division - (SLW2) Omagh, Fermanagh, Strabane - 1 200 000 GBP,
- contract 6 - Southern Division - (SLS1) Armagh, Banbridge, Craigavon, Newry & Mourne - 1 175 000 GBP,
- contract 7 - Northern Division - (SLN2) Ballymena, Larne, Antrim - 1 156 000 GBP,
- contract 8 - Northern Division - (SLN3) Londonderry - 1 020 000 GBP,
- contract 9 - Western Division - (SLW1) Dungannon, Magherafelt, Cookstown - 860 000 GBP,
- contract 10 - Southern Division - (SLS2) Ards, Down - 585 000 GBP.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 585 000 and 2 300 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The term of contracts 1, 4, 6 and 9 shall initially be 3 years and may be extended on any number of occasions up to a maximum of 5 years at the sole discretion of the Employer.
The term of contracts 2, 3, 5, 7, 8 and 10 shall initially be 2 years and may be extended on any number of occasions up to a maximum of 3 years at the sole discretion of the Employer.
In the event the Employer is unable for any reason to award a new contract to replace this contract, the term may be extended for a further period or periods up to a maximum of 6 months.
II.2.3)Information about renewals
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
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 a Memorandum of Information - Any applicant scored within 2 marks of the 8th place will be considered to be a tie.
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.11.2011 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.1.2012
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

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-20111025-PRO-2720873.

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:
25.10.2011