Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
Contact person: pb2infrastructure-ni.gov.uk; pb1infrastructure-ni.gov.uk
E-mail: pb2@infrastructure-ni.gov.uk
NUTS: UKN
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
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-1137 Engineering Services Consultancy Partner Contract (TRAM)
II.1.2) Main CPV code
71320000
II.1.3) Type of contract
Services
II.1.4) Short description
The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: • Contract 1 – East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and • Contract 2 – North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.
II.1.5) Estimated total value
Value excluding VAT:
83 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
LOT 1: Eastern Division and Western Division
II.2.2) Additional CPV code(s)
71310000
90710000
71630000
71540000
71510000
71520000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: • Contract 1 – East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and • Contract 2 – North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.
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:
48 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There are options to extend this contract up to a maximum of 60 months at the discretion of
the Contracting Authority.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
LOT 2: Northern Division and Southern Division
II.2.2) Additional CPV code(s)
71310000
90710000
71630000
71540000
71510000
71520000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Contracting Authority is seeking to form and develop a mutually beneficial Professional Services Contract with external Consultants to assist the Contracting Authority in the delivery of Transport and Road Asset Management (TRAM) programmes. The successful economic operator will be required to provide a wide spectrum of civil engineering consultancy services and associated specialist services. Services required may relate to the following: Minor Highway Improvements, Transportation, Highway Structures, Major/Large Minor Works, Active Travel and the provision of Professional and Technical staff to assist DfI Tram in-house deliver teams. In accordance with Regulation 46 of the Public Contracts Regulations 2015 (PCR), the Contracting Authority has defined two Contract Areas (Lots) for this procurement. The Contract Areas will be defined by existing DfI TRAM geographical divisional boundaries as follows: • Contract 1 – East and West Engineering Services Consultancy Partner, covering existing Eastern and Western Divisions in Northern Ireland; and • Contract 2 – North and South Engineering Services Consultancy Partner, covering existing Northern and Southern Divisions in Northern Ireland.
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:
35 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There are options to extend this contract up to a maximum of 60 months at the discretion of
the Contracting Authority.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
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
Restricted 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-018387
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/11/2023
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
Duration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
High Court, Royal Courts of Justice
Chichester Street
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
10/10/2023