Awarded contract

DfI Roads T-1132 Term Contract for Small Scale and Responsive Works

  • Department for Infrastructure

F03: Contract award notice

Notice reference: 2023/S 000-032554

Published 3 November 2023, 10:38am



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.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 T-1132 Term Contract for Small Scale and Responsive Works

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 Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £252,500,000

two.2) Description

two.2.1) Title

SSS2 Newry, Mourne and Down

Lot No

1

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSN2 Mid and East Antrim

Lot No

2

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSS1 Armagh, Banbridge and Craigavon

Lot No

3

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSN1 Causeway Coast and Glens

Lot No

4

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSE1 Belfast

Lot No

5

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSW1 Mid Ulster

Lot No

6

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSN3 Antrim and Newtownabbey

Lot No

7

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSW4 Omagh

Lot No

8

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSW2 Derry and Strabane

Lot No

9

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSW3 Fermanagh

Lot No

10

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSS3 Ards and North Down

Lot No

11

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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

SSE2 Lisburn and Castlereagh

Lot No

12

two.2.2) Additional CPV code(s)

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

The Term Contract for Small Scale and Responsive Works - 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. Delivery of temporary traffic management as part of associated civil works on a live trafficked public road network. B. Delivery of temporary traffic management as part of private street works. C. Temporary and permanent repairs/patching/reinstatements* of openings and defects in carriageways, footways and cycleways. D. Small network improvement schemes such as: a. traffic calming, b. traffic management, c. civils works associated with traffic signal replacements/installations at junctions/crossings. E. Construction and surfacing of carriageways, footways and cycleways. F. Provision, adjustment and maintenance of drainage systems. G. Provision and adjustment of kerblines. H. Earthworks including verge reconstruction and slope stability. I. Fencing Construction * repair/patch/reinstatement typically up to 100m2. , IN THE FOLLOWING CONTRACT AREAS, SSS2 Newry, Mourne and Down: SSN2 Mid and East Antrim: SSS1 Armagh,Banbridge and Craigavon: SSN1 Causeway Coast and Glens: SSE1 Belfast: SSW1 Mid Ulster: SSN3 Antrim and Newtownabbey: SSW4 Omagh: SSW2 Derry and Strabane: SSW3 Fermanagh: SSS3 Ards and North Down: and SSE2 Lisburn and Castlereagh.

two.2.5) Award criteria

Quality criterion - Name: 20 / Weighting: 20

Cost criterion - Name: 80 / Weighting: 80

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 ContractingAuthority, a contract extension maybe made on any number of occasions up to the stated maximum contract duration as statedin 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 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-035922


Section five. Award of contract

Contract No

1

Lot No

1

Title

SSS2 Newry, Mourne and Down

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

PETER FITZPATRICK LTD

29 Leode Road

NEWRY

BT34 5TJ

Email

info@pfitzpatrick.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £28,000,000

Total value of the contract/lot: £28,000,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

SSN2 Mid and East Antrim

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

FP McCann Ltd

Knockloughrim Quarry, 3 Drumard Road

MAGHERAFELT

BT45 8QA

Email

info@fpmccann.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £27,500,000

Total value of the contract/lot: £27,500,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

SSS1 Armagh, Banbridge and Craigavon

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

PETER FITZPATRICK LTD

29 Leode Road

NEWRY

BT34 5TJ

Email

info@pfitzpatrick.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £27,500,000

Total value of the contract/lot: £27,500,000


Section five. Award of contract

Contract No

4

Lot No

4

Title

SSN1 Causeway Coast and Glens

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

PATRICK KEENAN

35 ROCKTOWN ROAD

MAGHERAFELT

BT45 8QE

Email

info@pkeenanroads.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £22,500,000

Total value of the contract/lot: £22,500,000


Section five. Award of contract

Contract No

5

Lot No

5

Title

SSE1 Belfast

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

WHITEMOUNTAIN QUARRIES LTD t/a BREEDON

5 Blackwater Road

Newtownabbey

BT36 4TZ

Email

info@breedongroup.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £21,500,000

Total value of the contract/lot: £21,500,000


Section five. Award of contract

Contract No

6

Lot No

6

Title

SSW1 Mid Ulster

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

FP McCann Ltd

Knockloughrim Quarry, 3 Drumard Road

MAGHERAFELT

BT45 8QA

Email

info@fpmccann.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £21,500,000

Total value of the contract/lot: £21,500,000


Section five. Award of contract

Contract No

7

Lot No

7

Title

SSN3 Antrim and Newtownabbey

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

I.C.B. Emulsions Ltd t/a Colas NI

76 Ballyhannon Road

CRAIGAVON

BT63 5SE

Email

info@colas.ie

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £18,500,000

Total value of the contract/lot: £18,500,000


Section five. Award of contract

Contract No

8

Lot No

8

Title

SSW4 Omagh

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

PATRICK KEENAN

35 ROCKTOWN ROAD

MAGHERAFELT

BT45 8QE

Email

info@pkeenanroads.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £18,000,000

Total value of the contract/lot: £18,000,000


Section five. Award of contract

Contract No

9

Lot No

9

Title

SSW2 Derry and Strabane

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

PATRICK KEENAN

35 ROCKTOWN ROAD

MAGHERAFELT

BT45 8QE

Email

info@pkeenanroads.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £17,500,000

Total value of the contract/lot: £17,500,000


Section five. Award of contract

Contract No

10

Lot No

10

Title

SSW3 Fermanagh

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Fox Building Engineering Ltd

250 Drumnakilly Road

OMAGH

BT79 9PU

Email

info@fox-contracts.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £17,500,000

Total value of the contract/lot: £17,500,000


Section five. Award of contract

Contract No

11

Lot No

11

Title

SSS3 Ards and North Down

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

I.C.B. Emulsions Ltd t/a Colas NI

76 Ballyhannon Road

CRAIGAVON

BT63 5SE

Email

info@colas.ie

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £16,500,000

Total value of the contract/lot: £16,500,000


Section five. Award of contract

Contract No

12

Lot No

12

Title

SSE2 Lisburn and Castlereagh

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

I.C.B. Emulsions Ltd t/a Colas NI

76 Ballyhannon Road

CRAIGAVON

BT63 5SE

Email

info@colas.ie

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £16,000,000

Total value of the contract/lot: £16,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice

Belfast

BT1 3JF

Country

United Kingdom