
Market Leads & Opportunities
United Kingdom-Belfast: DfI Roads and Rivers – Supply and Delivery of various types of Machinery Carriers
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-028636/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Department for Infrastructure
Postal address: Clarence Court Adelaide Street
Town: Belfast
Postal code: BT2 8GB
Country: United Kingdom
Email: pb2@infrastructure-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Department for Infrastructure
Postal address: Clarence Court Adelaide Street
Town: Belfast
Postal code: BT2 8GB
Country: United Kingdom
Email: pb2@infrastructure-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.2) Joint Procurement:
The contract involves joint procurement
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
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:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: DfI Roads and Rivers – Supply and Delivery of various types of Machinery Carriers
Reference number: CfT 3798535
II.1.2) Main CPV code: 34000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: DfI Roads and Rivers have a requirement for the Supply and Delivery of 1 No. 44t Low loader/Machinery Carrier and 10 No. 8t Air Braked Machinery Carriers.
II.1.5) Estimated total value:
Value excluding VAT: 260000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
Maximum number of lots that may be awarded to one tenderer 2
II.2) Description
II.2.1) Title: Lot 1 – 1 No. 44t Low loader/Machinery Carrier
Lot No:1
II.2.2) Additional CPV code(s)
34200000, 34220000, 34223000, 34223300, 34223370, 34900000, 34920000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
DfI Roads and Rivers have a requirement for the Supply and Delivery of 1 No. 44t Low loader/Machinery Carrier and 10 No. 8t Air Braked Machinery Carriers.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 60000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 2 – 10 No. 8t Air Braked Machinery Carriers
Lot No:2
II.2.2) Additional CPV code(s)
34200000, 34220000, 34223000, 34223300, 34223370, 34900000, 34920000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
DfI Roads and Rivers have a requirement for the Supply and Delivery of 1 No. 44t Low loader/Machinery Carrier and 10 No. 8t Air Braked Machinery Carriers.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 200000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: The Department’s particular requirements will be set out in the contract documentation..
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-12-20 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2022-03-20
IV.2.7) Conditions for opening tenders
Date: 2021-12-20 Local time: 15:30 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 VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court, Royal Courts of Justice
Town: Belfast
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
DfI 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 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 (Northern Ireland).
VI.5) Date of dispatch of this notice:2021-11-16
More Opportunties
- Virtual Desktop Infrastructure, Private Cloud, Mobile Device Management Software – Exporting Opportunity
5 Jun 25
Opportunity type: Public Sector Industry: Software & Computer Services, Technology and smart cities A public organisation is looking for a supplier of software for VDI, private cloud and MDM system. You must be able to provide: VMware Cloud Foundation 5 W> > - United Kingdom-Swindon: Integra Onboarding of Shared Service Customer for HE
5 Jun 25
For the on-boarding of a new shared service customer to support their set-up on Integra the following are required • Integra Software Licence Charge • Annual Maintenance • Technical support of set-up of new instance Annual Maintenance will co-terminus wit> > - Tender for Dairy Heifers – Exporting Opportunity
5 Jun 25
Opportunity type Public Sector Industry Agriculture, horticulture, fisheries and pets, Food and drink The government of Jamaica is seeking to procure the supply and delivery of cattle livestock. Description The government agency is seeking to procure heif> >