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-1137 Engineering Services Consultancy Partner Contract (TRAM)

  • First published: 11 October 2023
  • Last modified: 11 October 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-03dd27
Published by:
Department for Infrastructure
Authority ID:
AA56586
Publication date:
11 October 2023
Deadline date:
14 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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

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

Coding

Commodity categories

ID Title Parent category
71540000 Construction management services Construction-related services
71520000 Construction supervision services Construction-related services
71310000 Consultative engineering and construction services Engineering services
71320000 Engineering design services Engineering services
90710000 Environmental management Environmental services
71510000 Site-investigation services Construction-related services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services

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:
pb2@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.