Opportunity

DfI Roads and Rivers T-1112 Term Contract for Surface Dressing 2022

  • Department for Infrastructure

F02: Contract notice

Notice reference: 2022/S 000-001696

Published 20 January 2022, 11:55am



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court

Belfast

BT2 8GB

Email

pb1@infrastructure-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfI Roads and Rivers T-1112 Term Contract for Surface Dressing 2022

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Term Contract for Surface Dressing 2022 includes - SDS2 Newry, Mourne and Down / North Down and Ards; SDW1 Mid Ulster; SDN1 Causeway Coast and Glens; SDE1 Belfast / Lisburn and Castlereagh. 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: A. Application of Surface Dressing, B. Associated Road Markings, C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads.

two.1.5) Estimated total value

Value excluding VAT: £35,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

SDS2 Newry, Mourne and Down / North Down and Ards

Lot No

1

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45233200 - Various surface works

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Term Contract for Surface Dressing 2022 includes - SDS2 Newry, Mourne and Down / North Down and Ards; SDW1 Mid Ulster; SDN1 Causeway Coast and Glens; SDE1 Belfast / Lisburn and Castlereagh. 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: A. Application of Surface Dressing, B. Associated Road Markings, C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £18,000,000

two.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

Term Contracts have varying renewal dates

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

SDW1 Mid Ulster

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45233200 - Various surface works

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Term Contract for Surface Dressing 2022 includes - SDS2 Newry, Mourne and Down / North Down and Ards; SDW1 Mid Ulster; SDN1 Causeway Coast and Glens; SDE1 Belfast / Lisburn and Castlereagh. 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: A. Application of Surface Dressing, B. Associated Road Markings, C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,200,000

two.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

Term Contracts have varying renewal dates

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

SDN1 Causeway Coast and Glens

Lot No

3

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45233200 - Various surface works

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Term Contract for Surface Dressing 2022 includes - SDS2 Newry, Mourne and Down / North Down and Ards; SDW1 Mid Ulster; SDN1 Causeway Coast and Glens; SDE1 Belfast / Lisburn and Castlereagh. 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: A. Application of Surface Dressing, B. Associated Road Markings, C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,000,000

two.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

Term Contracts have varying renewal dates

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

SDE1 Belfast / Lisburn and Castlereagh

Lot No

4

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45233200 - Various surface works

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Term Contract for Surface Dressing 2022 includes - SDS2 Newry, Mourne and Down / North Down and Ards; SDW1 Mid Ulster; SDN1 Causeway Coast and Glens; SDE1 Belfast / Lisburn and Castlereagh. 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: A. Application of Surface Dressing, B. Associated Road Markings, C. Delivery of Temporary Traffic Management (TTM) as part of associated civils works on live trafficked Public Roads.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.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

Term Contracts have varying renewal dates

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As stated in procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As stated in procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21 June 2022

four.2.7) Conditions for opening of tenders

Date

21 February 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: As stated in procurement documents

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice

Belfast

BT2 3JF

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.