Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-mail: pb1@infrastructure-ni.gov.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
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfI TRAM T-1116 Term Contract for Maintenance and Improvement to Structures
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.
II.1.5) Estimated total value
Value excluding VAT:
21 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
STS2 Newry, Mourne and Down / Ards and North Down
II.2.2) Additional CPV code(s)
45220000
45230000
45000000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
8 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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 term of each contract shall be 2 years. 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
Lot No: 2
II.2.1) Title
STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI)
II.2.2) Additional CPV code(s)
45220000
45230000
45000000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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 term of each contract shall be 2 years. 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
Lot No: 3
II.2.1) Title
STW2 Derry and Strabane
II.2.2) Additional CPV code(s)
45220000
45230000
45000000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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 term of each contract shall be 2 years. 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
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/09/2023
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:
11/01/2024
IV.2.7) Conditions for opening of tenders
Date:
13/09/2023
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:
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
UK
VI.5) Date of dispatch of this notice
09/08/2023