- Scope of the procurement
- Lot 1. RMW2 Derry and Strabane / Fermanagh and Omagh
- Lot 2. RME1 Belfast
- Lot 3. RMS2 Newry, Mourne and Down / Ards and North Down
- Lot 4. RMS1 Armagh, Banbridge and Craigavon
- Lot 5. RMN2 Mid and East Antrim / Antrim and Newtownabbey
- Lot 6. RME2 Lisburn and Castlereagh
- Lot 7. RMW1 Mid Ulster (Cookstown, Dungannon, Magherafelt)
- Lot 8. RMN1 Causeway Coast and Glens
Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
James House, 2-4 Cromac Avenue
Belfast
BT7 2JA
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.