Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-mail: pb2@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.2) 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 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.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 - Provision of Topographical Surveys Services for Roads and Rivers (2 Lots)
Reference number: CfT 5150045
II.1.2) Main CPV code
71351810
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for Infrastructure wishes to appoint a Contractor or Contractors to provide additional topographical survey capacity necessary to supplement it's in-house provision. The Department relies on accurate topographical information to support a wide range of applications in the delivery of it's obligations, including design of road improvements, asset management, flood risk management and feasibility and design of flood alleviation schemes.
II.1.5) Estimated total value
Value excluding VAT:
1 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Roads
II.2.2) Additional CPV code(s)
71351810
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for Infrastructure wishes to appoint a Contractor or Contractors to provide additional topographical survey capacity necessary to supplement it's in-house provision. The Department relies on accurate topographical information to support a wide range of applications in the delivery of it's obligations, including design of road improvements, asset management, flood risk management and feasibility and design of flood alleviation schemes.
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:
935 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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:
There are options to extend the contract duration for 2 further periods of up to 12 months each
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 total value of all lots is estimated to be £1.7 Million however depending on demand this could vary between £1.5 Million and £2 Million.
Lot No: 2
II.2.1) Title
Lot 2 - Rivers
II.2.2) Additional CPV code(s)
71351810
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for Infrastructure wishes to appoint a Contractor or Contractors to provide additional topographical survey capacity necessary to supplement it's in-house provision. The Department relies on accurate topographical information to support a wide range of applications in the delivery of it's obligations, including design of road improvements, asset management, flood risk management and feasibility and design of flood alleviation schemes.
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:
765 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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:
There are options to extend the contract period by a further 2 periods of up to 12 months each
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 total value of all lots is estimated to be £1.7 Million however depending on demand this could vary between £1.5 Million and £2 Million.
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
III.2.2) Contract performance conditions
As stated in the tender documents
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:
02/05/2024
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:
31/07/2024
IV.2.7) Conditions for opening of tenders
Date:
02/05/2024
Local time: 15:30
Information about authorised persons and opening procedure:
Only DfI staff with access to the project on eTendersNI will be involved in the opening procedure
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
UK
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 (amended) 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).
VI.5) Date of dispatch of this notice
29/03/2024