Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
Contact
pb2infrastructure-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
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