Opportunity

DfI TRAM T-1116 Term Contract for Maintenance and Improvement to Structures

  • Department for Infrastructure

F02: Contract notice

Notice reference: 2023/S 000-023231

Published 9 August 2023, 1:00pm



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

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

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

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-1116 Term Contract for Maintenance and Improvement to Structures

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

Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.

two.1.5) Estimated total value

Value excluding VAT: £21,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

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

two.2) Description

two.2.1) Title

STS2 Newry, Mourne and Down / Ards and North Down

Lot No

1

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
  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £8,500,000

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

Duration in months

24

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: Yes

Description of options

The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract

extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract

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

STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI)

Lot No

2

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
  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £8,000,000

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

Duration in months

24

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: Yes

Description of options

The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract

extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.

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

STW2 Derry and Strabane

Lot No

3

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
  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Term Contract for Maintenance and Improvement to Structures - 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: • TTM on a live trafficked public road network • Full or Partial Demolition of Structures • Road restraint systems installation and/or repair • Earthworks • Culvert upgrades/maintenance including lining and invert repair works • General bridge/structures maintenance • Working in water • Scour protection and maintenance works • Brickwork, Blockwork and Stonework • Structural concrete construction and/or repairs • Installation of precast beams or box culverts • Structural steelwork including repairs • All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 will be delivered through STN2 contract. Further ancillary works may be asked of the successful Economic Operator. THE PROCUREMENT is for the award in 3 CONTRACT AREAS -: STS2 Newry, Mourne and Down / Ards and North Down, STN2 Mid and East Antrim / Antrim and Newtownabbey (inclusive of relevant* NIR work across NI) *“All works on or in the vicinity of the Northern Ireland Railways (NIR) network requiring £100,000,000 public liability insurance, up to a maximum cumulative contract value of £1,000,000 per annum, STW2 Derry and Strabane.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

24

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: Yes

Description of options

The initial term of each contract shall be 2 years. At the sole discretion of the Contracting Authority, a contract

extension maybe made on any number of occasions up to the stated maximum contract duration as stated in the Conditions of Contract.

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

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

13 September 2023

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: 11 January 2024

four.2.7) Conditions for opening of tenders

Date

13 September 2023

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: Term Contracts have varying renewal dates

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