Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
UK
Contact person: neil.bowerstranslink.co.uk
E-mail: neil.bowers@translink.co.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
Tenders or requests to participate must be sent to the abovementioned 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
I.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Translink — Supply and Install of Fume Extraction System in York Road Running Shed
II.1.2) Main CPV code
42521000
II.1.3) Type of contract
Services
II.1.4) Short description
NI Railways wish to remove the old fume extraction system and replace with a fixed extraction system that can cater for the current fleet and any further fleet upgrades. Your proposal must be submitted within the eTendersNI portal, via this CfT. No other method of submission will be accepted.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39714110
42522000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
NI Railways wish to remove the old fume extraction system and replace with a fixed extraction system that can cater for the current fleet and any further fleet upgrades. Your proposal must be submitted within the eTendersNI portal, via this CfT. No other method of submission will be accepted.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10) 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.2.14) Additional information
About the Translink Group: throughout the documentation, both ‘Translink’ and ‘Group’ refer to the same corporate entities. Both shall be taken to comprise the Northern Ireland Transport Holding Company (NITHC) in addition to its main operating subsidiaries Citybus Ltd, Northern Ireland Railways Company Ltd and Ulsterbus Ltd.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/09/2019
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 tenderer must maintain the tender
Tender must be valid until:
18/01/2020
IV.2.7) Conditions for opening of tenders
Date:
20/09/2019
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Translink Group 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 Utilities Contracts Regulations 2006 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).
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Please see Section VI.3).
VI.5) Date of dispatch of this notice
09/08/2019