Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 3

Status Active

Published 3rd Aug 2023

Tender Details
Referenceocds-h6vhtk-03ecd5
Common Procurement VocabularyConstruction structures and materials; auxiliary products to construction (except electric apparatus)
Procurement MethodOpen procedure
Value£5,500,000
More Tenders »

No location provided

Category Goods

Type

No. of Lots 3

Status Active

Published 3rd Aug 2023

Tender Details
Referenceocds-h6vhtk-03ecd5
Common Procurement VocabularyConstruction structures and materials; auxiliary products to construction (except electric apparatus)
Procurement MethodOpen procedure
Value£5,500,000

Section I: Contracting authority

I.1) Name and addresses

Department for Infrastructure

Clarence Court 10-18, Adelaide Street

Belfast

BT2 8GB

Email

pb2 [at] infrastructure-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

I.1) Name and addresses

Department for Infrastructure

Clarence Court 10-18, Adelaide Street

Belfast

BT2 8GB

Email

pb2 [at] infrastructure-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

I.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

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 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

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfI Transport and Road Asset Management - Supply and Delivery of Road Surfacing Materials

Reference number

CfT 4839573

II.1.2) Main CPV code

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

II.1.3) Type of contract

Supplies

II.1.4) Short description

The department are seeking to secure a framework agreement for the supply and delivery of asphalt concrete, hot rolled asphalt and coated chippings and supply and delivery contracts for permanent cold lay surfacing materials that fully meet the departments operational needs in a sustainable manner, taking account of any opportunities for innovation and minimising environmental impacts. The contracts will facilitate depot representatives to purchase materials and products in order to meet their business needs.

II.1.5) Estimated total value

Value excluding VAT: £5,500,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

II.2) Description

II.2.1) Title

Lot 1 – Asphalt Concrete, Hot Rolled Asphalt and Coated Chippings.

Lot No

1

II.2.2) Additional CPV code(s)

  • 44100000 - Construction materials and associated items
  • 44113620 - Asphalt

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The department are seeking to secure a framework agreement for the supply and delivery of asphalt concrete, hot rolled asphalt and coated chippings and supply and delivery contracts for permanent cold lay surfacing materials that fully meet the departments operational needs in a sustainable manner, taking account of any opportunities for innovation and minimising environmental impacts. The contracts will facilitate depot representatives to purchase materials and products in order to meet their business needs.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £4,000,000

II.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 is an option to extend for a further one year period.

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

The value of orders through the contracts are subject to variation, it is anticipated total Framework expenditure level will be £1m to £1.5m per annum.

II.2) Description

II.2.1) Title

Lot 2 – Permanent Cold Lay Surfacing Materials.

Lot No

2

II.2.2) Additional CPV code(s)

  • 44100000 - Construction materials and associated items
  • 44113620 - Asphalt

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The department are seeking to secure a framework agreement for the supply and delivery of asphalt concrete, hot rolled asphalt and coated chippings and supply and delivery contracts for permanent cold lay surfacing materials that fully meet the departments operational needs in a sustainable manner, taking account of any opportunities for innovation and minimising environmental impacts. The contracts will facilitate depot representatives to purchase materials and products in order to meet their business needs.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £750,000

II.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 is an option to extend for a further one year period.

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

The value of orders through the contracts are subject to variation, it is anticipated total Framework expenditure level will be £1m to £1.5m per annum.

II.2) Description

II.2.1) Title

Lot 3 – Permanent Cold Lay Materials Suitable for Wet Weather Use.

Lot No

3

II.2.2) Additional CPV code(s)

  • 44100000 - Construction materials and associated items
  • 44113620 - Asphalt

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The department are seeking to secure a framework agreement for the supply and delivery of asphalt concrete, hot rolled asphalt and coated chippings and supply and delivery contracts for permanent cold lay surfacing materials that fully meet the departments operational needs in a sustainable manner, taking account of any opportunities for innovation and minimising environmental impacts. The contracts will facilitate depot representatives to purchase materials and products in order to meet their business needs.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £750,000

II.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 is an option to extend for a further one year period.

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

The value of orders through the contracts are subject to variation, it is anticipated total Framework expenditure level will be £1m to £1.5m per annum.


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) Conditions related to the contract

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 procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 10

IV.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

4 September 2023

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 3 December 2023

IV.2.7) Conditions for opening of tenders

Date

4 September 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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 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.

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Courts of Justice

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).