web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Gravel, sand, crushed stone and aggregates

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 083-146980/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Transport NI
Clarence Court, 10-18 Adelaide Street
Belfast
Postal code: BT2 8BG
United Kingdom
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
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:
Body governed by public law
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
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/entity:
Supply and Delivery of Quarry Materials, Sand, Gravel, Fill and Topsoil.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
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 specific contract:
The Department for Regional Development (TransportNI), the Department of Agriculture and Rural Development (Rivers Agency and Forest Service), the Department for Culture, Arts and Leisure (Fisheries) wishes to invite tenders from competent suppliers for the Framework Agreement for the Supply and Delivery of Quarry Materials, Sand, Gravel, Fill and Topsoil.
II.1.6) Common procurement vocabulary (CPV): 14210000, 14211000, 14212000, 14212410
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The 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:
Estimated value excluding VAT:
Range: between 4 500 000 and 6 500 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion:
Duration in months: 60 (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:
N/A.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per Tender Documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per Tender Documents.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per Tender Documents.
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: As per regulation 57 of the Public Contract Regulations 2015.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: As per Tender Documents.
Minimum level(s) of standards possibly required: As per Tender Documents.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As per Tender Documents.
Minimum level(s) of standards possibly required: As per Tender Documents.
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:
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:
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/entity:
263208
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:02.06.2016 – 15:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
02.06.2016 – 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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Date: 02.06.2016
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: Authorised CPD representative.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No

VI.3) Additional information
Contract Monitoring:
The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. 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 CPD 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 12 months from the date of issue of the certificate.
The Authority expressly reserves the rights:
(I) Not to award any contract as a result of the procurement process commenced by publication of this notice;
(II) To make whatever changes it may see fit to the content and structure of the tendering Competition;
(III) To award (a) contract(s) in respect of any part(s) of the (Services) covered by this notice; and
(IV) To award contract(s) in stages.
And in no circumstances will the Authority be liable for any costs incurred by candidates.
The contract is being let by Central Procurement Directorate on behalf of Invest NI only and will be used by TransportNI only.
Electronic invoicing and payment will be used.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
See Section VI.4.2)
Body responsible for mediation procedures:
See Section VI.4.2)
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must generally be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:
26.04.2016