Tender

DfI Tram T-1144 Term Contract for Road Markings

  • Department for Infrastructure

F02: Contract notice

Notice identifier: 2024/S 000-034880

Procurement identifier (OCID): ocds-h6vhtk-04b1e4

Published 28 October 2024, 2:56pm



The closing date and time has been changed to:

15 January 2025, 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

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

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-1144 Term Contract for Road Markings

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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

two.1.5) Estimated total value

Value excluding VAT: £17,900,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

RMW2 Derry and Strabane / Fermanagh and Omagh

Lot No

1

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £3,000,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

RME1 Belfast

Lot No

2

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £2,600,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

RMS2 Newry, Mourne and Down / Ards and North Down

Lot No

3

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £2,500,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

RMS1 Armagh, Banbridge and Craigavon

Lot No

4

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £2,280,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

RMN2 Mid and East Antrim / Antrim and Newtownabbey

Lot No

5

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £2,200,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

RME2 Lisburn and Castlereagh

Lot No

6

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £1,920,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

RMW1 Mid Ulster (Cookstown, Dungannon, Magherafelt)

Lot No

7

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £1,700,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

RMN1 Causeway Coast and Glens

Lot No

8

two.2.2) Additional CPV code(s)

  • 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

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: A Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs

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: £1,700,000

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

Duration in months

48

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: 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

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

Originally published as:

Date

5 December 2024

Local time

3:00pm

Changed to:

Date

15 January 2025

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: 4 April 2025

four.2.7) Conditions for opening of tenders

Date

5 December 2024

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. 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-management. principles 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-bodieswhich-. ni-public. procurement-policy- applies.

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice

Belfast

BT1 3JF

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

DfI will comply with the Public Contracts Regulations 2015 (as amended) and, where. appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the. point information on the award of. contract is communicated to tenderers. That notification. will provide full information on the award decision. This provides time for the. unsuccessful. tenderers to challenge the award decision before the contract is entered into.