Opportunity

DfI Roads and Rivers T-1104 Saint Patrick's Barracks Link Road, Ballymena

  • Department for Infrastructure

F02: Contract notice

Notice reference: 2021/S 000-009323

Published 29 April 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Contact

Lawrence Craig

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-1104 Saint Patrick's Barracks Link Road, Ballymena

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

The project involves the construction of approximately 2.4km of new single carriageway road through the St Patricks Barracks site in Ballymena to facilitate future development of the site and the surrounding area. The site is located on the outskirts of Ballymena and will provide a spine road between the A26 Larne Road Link and the A42 Broughshane Road. The project includes spurs for access to Demesne Avenue and Farm Lodge Avenue although these will not be connected as part of the scheme. There will be a combined cycleway footway along the eastern side of the link road connecting to various paths and to the National Cycle Network (Route 97). The project also includes the construction of a new signalised junction and toucan crossing at the Larne Road end of the scheme. The appointed contractor will be required to maintain 24 hour access to Dalriada Urgent Care and access to Kernohans Lane (the Ecos Centre), Castle Tower School, IMC cinema and adjacent businesses at all times during the works as well as coordinating access to the showgrounds during major events.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45220000 - Engineering works and construction works
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233200 - Various surface works
  • 45233100 - Construction work for highways, roads

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project involves the construction of approximately 2.4km of new single carriageway road through the St Patricks Barracks site in Ballymena to facilitate future development of the site and the surrounding area. The site is located on the outskirts of Ballymena and will provide a spine road between the A26 Larne Road Link and the A42 Broughshane Road. The project includes spurs for access to Demesne Avenue and Farm Lodge Avenue although these will not be connected as part of the scheme. There will be a combined cycleway footway along the eastern side of the link road connecting to various paths and to the National Cycle Network (Route 97). The project also includes the construction of a new signalised junction and toucan crossing at the Larne Road end of the scheme. The appointed contractor will be required to maintain 24 hour access to Dalriada Urgent Care and access to Kernohans Lane (the Ecos Centre), Castle Tower School, IMC cinema and adjacent businesses at all times during the works as well as coordinating access to the showgrounds during major events.

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: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

3 June 2021

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

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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. As part of its contract management procedures, the Contracting Authority and their CoPE will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 — Contract management principles and procedures: https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-managementprinciples and procedures. 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. A list of these bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/listpublic-bodies-which-ni-public-procurement-policy-applies.

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Court of Justice

Belfast

Country

United Kingdom