Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 20th Oct 2023

Tender Details
Referenceocds-h6vhtk-040df3
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodOpen procedure
Value£15,600,000
More Tenders »

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 20th Oct 2023

Tender Details
Referenceocds-h6vhtk-040df3
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodOpen procedure
Value£15,600,000

Section I: Contracting authority

I.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

pb1 [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.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

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 TRAM T-1138 Term Contract for Surface Dressing

II.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

II.1.3) Type of contract

Works

II.1.4) Short description

Term Contract for Surface Dressing -Within each Contract Area, the works to be undertaken under this Contract may include, but not be limited to, the following principal work activities which are provided by way of example: A. Application of Surface Dressing B. Associated Road Markings C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: SDS1 Armagh, Banbridge, Craigavon; SDW2 Derry and Strabane / Fermanagh and Omagh; SDN2 Mid and East Antrim / Antrim and Newtownabbey

II.1.5) Estimated total value

Value excluding VAT: £15,600,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

T-1138-01 SDS1 Armagh, Banbridge, Craigavon

Lot No

1

II.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Term Contract for Surface Dressing -Within each Contract Area, the works to be undertaken under this Contract may include, but not be limited to, the following principal work activities which are provided by way of example: A. Application of Surface Dressing B. Associated Road Markings C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: SDS1 Armagh, Banbridge, Craigavon; SDW2 Derry and Strabane / Fermanagh and Omagh; SDN2 Mid and East Antrim / Antrim and Newtownabbey

II.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £6,600,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Term Contracts have varying renewal dates

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial term of each contract shall be 1 year. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.

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) Description

II.2.1) Title

T-1138-02 SDW2 Derry and Strabane / Fermanagh and Omagh

Lot No

2

II.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Term Contract for Surface Dressing -Within each Contract Area, the works to be undertaken under this Contract may include, but not be limited to, the following principal work activities which are provided by way of example: A. Application of Surface Dressing B. Associated Road Markings C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: SDS1 Armagh, Banbridge, Craigavon; SDW2 Derry and Strabane / Fermanagh and Omagh; SDN2 Mid and East Antrim / Antrim and Newtownabbey

II.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £6,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Term Contracts have varying renewal dates

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial term of each contract shall be 1 year. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.

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) Description

II.2.1) Title

T-1138-03 SDN2 Mid and East Antrim / Antrim and Newtownabbey

Lot No

3

II.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Term Contract for Surface Dressing -Within each Contract Area, the works to be undertaken under this Contract may include, but not be limited to, the following principal work activities which are provided by way of example: A. Application of Surface Dressing B. Associated Road Markings C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: SDS1 Armagh, Banbridge, Craigavon; SDW2 Derry and Strabane / Fermanagh and Omagh; SDN2 Mid and East Antrim / Antrim and Newtownabbey

II.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £3,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Term Contracts have varying renewal dates

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial term of each contract shall be 1 year. At the sole discretion of the Contracting Authority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.

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.1.2) 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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

22 November 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: 21 March 2024

IV.2.7) Conditions for opening of tenders

Date

22 November 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Term Contracts have varying renewal dates

VI.3) Additional information

The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises(SMEs). The evaluation of submissions (PQQPs or TPs) will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal: (1)If your company is not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/epps/ home.do — Select the “Register as a Supplier” link and follow the on screen instructions. 2) Expression of Interest and access to tender.. documentation- You may “Express an Interest” in a project and access the tender documentation via the projects CfT Menu. If you require assistance or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the Contracting Authority using the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The Contracting Authority is utilising an electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is intended that all communications with the Contracting Authority, including the accessing and submission of tender responses, will be conducted via eTendersNI. Poor Performance, as part of its contract management procedures, the Contracting Authority and their CoPE will use the Protocol for Managing Poor Supplier Performance contained in the Procurement documentation. The protocol sets out a series of five escalating stages to enable Contracting Authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as an alternative to terminating the contract, senior management in the Contracting Authority/CoPE can issue a Notice of Written Warning. At Stage 5, as an alternative to terminating the contract, a notice of unsatisfactory performance can be issued to the Economic Operator. These notices remain current for the period of time stated in the protocol and an Economic Operator must declare, in subsequent procurement competitions, if it has received a current Notice of Written Warning or a current Notice of Unsatisfactory Performance within 3 years of the TP Submission Deadline. If an Economic Operator has received more than one current. Notice of Written Warning the Contracting Authority/CoPE, at its discretion, can consider an Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a minimum period of 12 months. If an Economic Operator is subject to a notice of unsatisfactory performance the Contracting Authority/ CoPE, at its discretion, can consider the Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years. List of public bodies to which NI public procurement policy applies. Department of Finance (finance-ni.gov.uk).

VI.4) Procedures for review

VI.4.1) Review body

The High Court

Royal Courts of Justice

Belfast

BT1 3JF

Country

United Kingdom