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
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-1131 A1 Junctions Phase 2 Road Improvements Scheme
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
The works required under this contract involve the design and construction of improvement works along approximately 25.2km of the A1 dual carriageway between Loughbrickland and the Hillsborough Roundabout. This will be a Design and Build contract, and as such the applicant will be required to manage the design and the construction processes for all permanent and temporary works associated with the Contract. The proposed scheme will include, but is not limited to, the following main elements: (i) Construction of 4 Compact Grade Separated Junctions (CGSJ), (ii) Construction of a new northbound on-slip from the Castlewellan Road (Banbridge) onto the A1, (iii) Construction of a link road connecting the Milebush Road to the Hillsborough Road CGSJ, Dromore, (iv) Closure of all gaps within the central reserve, (v) Installation of a continuous rigid central reserve safety barrier the full 25.2km length of the scheme, (vi) Closure of 9 selected side roads and approximately 50 private accesses on the mainline, (vii) Conversion of 21 No. existing minor road junctions onto the A1 to Left-IN/Left-Out (LILO) configurations, (viii) Installation of Intelligent Transport Systems (ITS) including Variable Message Signs (VMS), Closed-Circuit Television (CCTV) and Automatic Number Plate Recognition (ANPR), and (ix) Accommodation works including accesses, laneways, fencing, planting, drainage, utility alterations, etc.
two.1.5) Estimated total value
Value excluding VAT: £78,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45220000 - Engineering works and construction works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The works required under this contract involve the design and construction of improvement works along approximately 25.2km of the A1 dual carriageway between Loughbrickland and the Hillsborough Roundabout. This will be a Design and Build contract, and as such the applicant will be required to manage the design and the construction processes for all permanent and temporary works associated with the Contract. The proposed scheme will include, but is not limited to, the following main elements: (i) Construction of 4 Compact Grade Separated Junctions (CGSJ), (ii) Construction of a new northbound on-slip from the Castlewellan Road (Banbridge) onto the A1, (iii) Construction of a link road connecting the Milebush Road to the Hillsborough Road CGSJ, Dromore, (iv) Closure of all gaps within the central reserve, (v) Installation of a continuous rigid central reserve safety barrier the full 25.2km length of the scheme, (vi) Closure of 9 selected side roads and approximately 50 private accesses on the mainline, (vii) Conversion of 21 No. existing minor road junctions onto the A1 to Left-IN/Left-Out (LILO) configurations, (viii) Installation of Intelligent Transport Systems (ITS) including Variable Message Signs (VMS), Closed-Circuit Television (CCTV) and Automatic Number Plate Recognition (ANPR), and (ix) Accommodation works including accesses, laneways, fencing, planting, drainage, utility alterations, etc.
two.2.5) Award criteria
Quality criterion - Name: 40 / Weighting: 40
Cost criterion - Name: 60 / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £78,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-029709
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
23 January 2025
Local time
3:00pm
Changed to:
Date
5 February 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: 23 January 2026
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
High Court, Royal Courts of Justice
Chichester Street
: Belfast
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.