Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DfI TRAM T-1129 Term Contract for Minor Improvement Works

  • First published: 30 June 2023
  • Last modified: 30 June 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03dda3
Published by:
Department for Infrastructure
Authority ID:
AA56586
Publication date:
30 June 2023
Deadline date:
10 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.

Full notice text

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


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-1129 Term Contract for Minor Improvement Works

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.

II.1.5) Estimated total value

Value excluding VAT: 114 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 8 lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

MIE1 Belfast / Lisburn and Castlereagh

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 25 000 000.00  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: 2

II.2.1) Title

MIN2 Mid and East Antrim / Antrim and Newtownabbey

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 16 500 000.00  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: 3

II.2.1) Title

MIW3 Fermanagh and Omagh

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 16 500 000.00  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: 4

II.2.1) Title

MIS2 Newry, Mourne and Down / Ards and North Down

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 14 500 000.00  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: 5

II.2.1) Title

MIW1 Mid Ulster

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 14 000 000.00  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: 6

II.2.1) Title

MIN1 Causeway Coast and Glens

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 11 000 000.00  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: 7

II.2.1) Title

MIS1 Armagh City, Banbridge and Craigavon

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 9 000 000.00  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: 8

II.2.1) Title

MIW2 Derry City and Strabane

II.2.2) Additional CPV code(s)

45200000

45220000

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

Term Contract for Minor Improvement Works - 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. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City 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: 7 500 000.00  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

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: 10/08/2023

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: 08/12/2023

IV.2.7) Conditions for opening of tenders

Date: 10/08/2023

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.4.3) Review procedure

Precise information on deadline(s) for review procedures:

DfI 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

29/06/2023

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pb1@infrastructure-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.