Opportunity

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

  • Department for Infrastructure

F02: Contract notice

Notice reference: 2022/S 000-035922

Published 19 December 2022, 6:25pm



The closing date and time has been changed to:

8 March 2023, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

PB1@infrastructure-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfI 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.