Opportunity

DfI Roads and Rivers - Term Contract for Supply of ITS and Traffic Control Equipment

  • Department for Infrastructure
  • Department for Infrastructure

F02: Contract notice

Notice reference: 2021/S 000-010443

Published 12 May 2021, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Contact

pb2infrastructure-ni.gov.uk

Email

pb2@infrastructure-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

pb2@infrastructure-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfI Roads and Rivers - Term Contract for Supply of ITS and Traffic Control Equipment

Reference number

T-1111

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Supply, installation and commissioning of a range of Intelligent Transport Systems (ITS) including traffic signal control equipment for junctions and controlled crossing facilities. This contract will also include other ITS equipment such as Automatic Number Plate Recognition (ANPR) cameras, Traffic classifiers, cabinets and cabling, CCTV cameras; and control room infrastructure.

two.1.5) Estimated total value

Value excluding VAT: £14,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233200 - Various surface works
  • 45314300 - Installation of cable infrastructure
  • 45316210 - Installation of traffic monitoring equipment
  • 45316212 - Installation of traffic lights

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Supply, installation and commissioning of a range of Intelligent Transport Systems (ITS) including traffic signal control equipment for junctions and controlled crossing facilities. This contract will also include other ITS equipment such as Automatic Number Plate Recognition (ANPR) cameras, Traffic classifiers, cabinets and cabling, CCTV cameras; and control room infrastructure.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £14,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There are options to extend the contract for a further 2 periods of up to 12 months each

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Department's particular requirements will be set out in the contract documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Department's particular requirements will be set out in the contract documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 June 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 14 September 2021

four.2.7) Conditions for opening of tenders

Date

16 June 2021

Local time

3:30pm

Place

DfI, Clarence Court, 10-18 Adelaide Street, BELFAST, BT2 8GB

Information about authorised persons and opening procedure

Only DfI staff with access to the project on eTendersNI


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is. intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://etendersni.gov.uk/epps/home.do. 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 Infrastructure 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.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

BELFAST

Country

United Kingdom