- Scope of the procurement
- Lot 1. SSS2 Newry, Mourne and Down
- Lot 2. SSN2 Mid and East Antrim
- Lot 3. SSS1 Armagh, Banbridge and Craigavon
- Lot 4. SSN1 Causeway Coast and Glens
- Lot 5. SSE1 Belfast
- Lot 6. SSW1 Mid Ulster
- Lot 7. SSN3 Antrim and Newtownabbey
- Lot 8. SSW4 Omagh
- Lot 9. SSW2 Derry and Strabane
- Lot 10. SSW3 Fermanagh
- Lot 11. SSS3 Ards and North Down
- Lot 12. SSE2 Lisburn and Castlereagh
Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
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 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.1.5) Estimated total value
Value excluding VAT: £252,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
12
Maximum number of lots that may be awarded to one tenderer: 5
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.2.6) Estimated value
Value excluding VAT: £28,000,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £27,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £27,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £22,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £21,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £21,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £18,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £18,000,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £17,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £17,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £16,500,000
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 may
be 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
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.2.6) Estimated value
Value excluding VAT: £16,000,000
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 may
be made on any number of occasions up to the stated maximum contract duration as 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
Originally published as:
Date
1 February 2023
Local time
3:00pm
Changed to:
Date
8 March 2023
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: 1 June 2023
four.2.7) Conditions for opening of tenders
Date
1 February 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
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.