Opportunity

DfI TRAM - Provision of Topographical Surveys Services for Roads and Rivers (2 Lots)

  • Department for Infrastructure

F02: Contract notice

Notice reference: 2024/S 000-010473

Published 29 March 2024, 10:54am



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

pb2@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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Tenders or requests to participate must be submitted to the above-mentioned 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

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 TRAM - Provision of Topographical Surveys Services for Roads and Rivers (2 Lots)

Reference number

CfT 5150045

two.1.2) Main CPV code

  • 71351810 - Topographical services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £1,700,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 - Roads

Lot No

1

two.2.2) Additional CPV code(s)

  • 71351810 - Topographical services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.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.

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: £935,000

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

Duration in months

36

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: Yes

Description of options

There are options to extend the contract duration for 2 further periods of up to 12 months each

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.2.14) 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.

two.2) Description

two.2.1) Title

Lot 2 - Rivers

Lot No

2

two.2.2) Additional CPV code(s)

  • 71351810 - Topographical services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.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.

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: £765,000

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

Duration in months

36

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: Yes

Description of options

There are options to extend the contract period by a further 2 periods of up to 12 months each

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.2.14) 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 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the tender 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

2 May 2024

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: 31 July 2024

four.2.7) Conditions for opening of tenders

Date

2 May 2024

Local time

3:30pm

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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

BELFAST

Country

United Kingdom

six.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).