Tender

DfI TRAM T-1135 A4 Enniskillen Southern Bypass

  • Department for Infrastructure

F02: Contract notice

Notice identifier: 2024/S 000-013913

Procurement identifier (OCID): ocds-h6vhtk-045626

Published 30 April 2024, 2:57pm



The closing date and time has been changed to:

10 June 2024, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

James House, 2- 4 Cromac Avenue

Belfast

BT7 2JA

Contact

Laura Catherwood

Email

pb1@infrastructure-ni.gov.uk

Country

United Kingdom

Region 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 TRAM T-1135 A4 Enniskillen Southern Bypass

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Enniskillen is a major thoroughfare for strategic traffic as well as being the focus of many local traffic journeys, resulting in significant congestion and delays. The new A4 Enniskillen Southern Bypass will provide a new transport link to the southern side of the town, improving connection between the A4 Dublin Road and the A4 Sligo Road. The scheme will include the following: Construction of 2.1km single carriageway with overtaking lanes at each end; Construction of two roundabouts at the Dublin Road and Derrylin Road; Construction of two new river bridges over the River Erne and River Sillees; Provision of a cycleway/footway along the full length of the bypass and extending along the Dublin Road and Derrylin Road to connect into existing infrastructure.

two.1.5) Estimated total value

Value excluding VAT: £22,000,000

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
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Enniskillen is a major thoroughfare for strategic traffic as well as being the focus of many local traffic journeys, resulting in significant congestion and delays. The new A4 Enniskillen Southern Bypass will provide a new transport link to the southern side of the town, improving connection between the A4 Dublin Road and the A4 Sligo Road. The scheme will include the following: Construction of 2.1km single carriageway with overtaking lanes at each end; Construction of two roundabouts at the Dublin Road and Derrylin Road; Construction of two new river bridges over the River Erne and River Sillees; Provision of a cycleway/footway along the full length of the bypass and extending along the Dublin Road and Derrylin Road to connect into existing infrastructure.

two.2.5) Award criteria

Quality criterion - Name: 40 / Weighting: 40

Cost criterion - Name: 60 / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £22,000,000

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

Duration in months

20

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

Originally published as:

Date

3 June 2024

Local time

3:00pm

Changed to:

Date

10 June 2024

Local time

3:00pm

See the change notice.

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: 3 December 2025


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. 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)..

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice

Belfast

BT1 3JF

Country

United Kingdom