web-banner-marketing2

Market Leads & Opportunities

United Kingdom-BELFAST: ID 3793446 – DFI – Roads and Rivers – Winter Service GPS System

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-013473/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Department for Infrastructure
Postal address: Clarence Court 10-18 Adelaide Street
Town: BELFAST
Postal code: BT3 9ED
Country: United Kingdom
Contact Person: SSDAdmin.CPDfinance-ni.gov.uk
Email: SSDAdmin.CPD@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

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:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ID 3793446 – DFI – Roads and Rivers – Winter Service GPS System

Reference number: ID 3793446
II.1.2) Main CPV code: 38112100
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Procurement is for supply and installation and support and maintenance of a Winter Service GPS and Route Navigation system that will be used to track and monitor approximately 135 DfI Roads gritting vehicles throughout the whole of Northern Ireland. The Organisation is divided into 4 geographical areas, North, South, East and West. Each area contains a number of depots and vehicles are assigned to these depots. The Winter Service GPS and Route Navigation system will be an important element in delivering an effective and efficient winter service operation and providing the travelling public with a level of confidence during adverse winter weather conditions. The system will be required to provide vital Winter Service data as well as providing route navigation within the Winter Service fleet.
II.1.5) Estimated total value:
Value excluding VAT: 520000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72267100, 34933000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Procurement is for supply and installation and support and maintenance of a Winter Service GPS and Route Navigation system that will be used to track and monitor approximately 135 DfI Roads gritting vehicles throughout the whole of Northern Ireland. The Organisation is divided into 4 geographical areas, North, South, East and West. Each area contains a number of depots and vehicles are assigned to these depots. The Winter Service GPS and Route Navigation system will be an important element in delivering an effective and efficient winter service operation and providing the travelling public with a level of confidence during adverse winter weather conditions. The system will be required to provide vital Winter Service data as well as providing route navigation within the Winter Service fleet.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 520000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:This contract will be potentially be due to be re-procured after initial contract period or following any extension
period

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 yes
Description of options: The Initial Contract Period shall run for 5 years, with the option of five further extensions of one year each (1 year, 1 year, 1 year, 1 year and 1 year respectively).

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

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: 2022-06-20 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:2022-09-18
IV.2.7) Conditions for opening tenders
Date: 2022-06-20 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions.
VI.2) Information about electronic workflows
VI.3) Additional information:
The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see.. Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 notice of unsatisfactory performance and this contract may be terminated. A central register.. of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of. a. notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the. date of.. issue of the notice. It may also 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. 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 as amended
Town: United Kindgom
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 (as amended). and, where. appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award. of contract is. communicated to tenderers. That notification will provide full information on the award decision. This provides time for the. unsuccessful.. tenderers to challenge the award decision before the contract is entered into

VI.5) Date of dispatch of this notice:2022-05-19