Microtunnel Link

Menu
Icon TEnder

United Kingdom-Belfast: Works for complete or part construction and civil engineering work (end 20/11/2020)

Posted On

26.10.2020

Tender Content

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses

Official name: Department for Infrastructure
Postal address: Clarence Court Adelaide Street
Town: Belfast
NUTS code: UK UNITED KINGDOM
Postal code: BT2 8GB
Country: United Kingdom
Contact person: Adam Heanen
E-mail: [email protected]
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps

I.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 abovementioned 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 abovementioned address

I.4)Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5)Main activity

General public services

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

DfI Roads and Rivers T-1107 Term Contract for Inspection and Maintenance of Underground Infrastructure 2020

 

II.1.2)Main CPV code

45200000 Works for complete or part construction and civil engineering work

II.1.3)Type of contract

Works

II.1.4)Short description:

 

Term contract for inspection and maintenance of underground infrastructure 2020 has defined three contract areas:

— IMU1 — Greater Belfast area;

— IMU2 — Coleraine, Omagh and Fermanagh areas;

— IMU3 — Armagh and Lisburn areas.

Within each contract area, the works to be undertaken under this contract may include, but not be limited to, the following principal work activities which are provided by way of example:

• desilting of culverts,

• CCTV surveys of culverts,

• trenchless/specialist repairs of culverts,

• traffic management, gaining access to culverts, associated civil works.

 

II.1.5)Estimated total value

Value excluding VAT: 6 000 000.00 GBP

II.1.6)Information about lots

This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description

II.2.1)Title:

IMU1

 

Lot No: 1

II.2.2)Additional CPV code(s)

45240000 Construction work for water projects
45246000 River regulation and flood control works
45246410 Flood-defences maintenance works
45247000 Construction work for dams, canals, irrigation channels and aqueducts
45247100 Construction work for waterways
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45232130 Storm-water piping construction work
45232452 Drainage works
90491000 Sewer survey services

II.2.3)Place of performance

NUTS code: UKN0 Northern Ireland
Main site or place of performance:

Greater Belfast.

 

II.2.4)Description of the procurement:

 

Term contract for inspection and maintenance of underground infrastructure 2020 has defined three contract areas:

— IMU1 — Greater Belfast area;

— IMU2 — Coleraine, Omagh and Fermanagh areas;

— IMU3 — Armagh and Lisburn areas.

Within each contract area, the works to be undertaken under this contract may include, but not be limited to, the following principal work activities which are provided by way of example:

• desilting of culverts,

• CCTV surveys of culverts,

• trenchless/specialist repairs of culverts,

• traffic management, gaining access to culverts, associated civil works.

 

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 2 250 000.00 GBP

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

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Term contracts have varying renewal dates.

 

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description

II.2.1)Title:

IMU2

 

Lot No: 2

II.2.2)Additional CPV code(s)

45240000 Construction work for water projects
45246000 River regulation and flood control works
45246410 Flood-defences maintenance works
45247000 Construction work for dams, canals, irrigation channels and aqueducts
45247100 Construction work for waterways
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45232130 Storm-water piping construction work
45232452 Drainage works
90491000 Sewer survey services

II.2.3)Place of performance

NUTS code: UKN0 Northern Ireland
Main site or place of performance:

Coleraine, Omagh and Fermanagh.

 

II.2.4)Description of the procurement:

 

Term contract for inspection and maintenance of underground infrastructure 2020 has defined three contract areas:

— IMU1 — Greater Belfast area;

— IMU2 — Coleraine, Omagh and Fermanagh areas;

— IMU3 — Armagh and Lisburn areas.

Within each contract area, the works to be undertaken under this contract may include, but not be limited to, the following principal work activities which are provided by way of example:

• desilting of culverts,

• CCTV surveys of culverts,

• trenchless/specialist repairs of culverts,

• traffic management, gaining access to culverts, associated civil works.

 

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 2 000 000.00 GBP

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

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Term contracts have varying renewal dates.

 

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description

II.2.1)Title:

IMU3

 

Lot No: 3

II.2.2)Additional CPV code(s)

45240000 Construction work for water projects
45246000 River regulation and flood control works
45246410 Flood-defences maintenance works
45247000 Construction work for dams, canals, irrigation channels and aqueducts
45247100 Construction work for waterways
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45232130 Storm-water piping construction work
45232452 Drainage works
90491000 Sewer survey services

II.2.3)Place of performance

NUTS code: UKN0 Northern Ireland
Main site or place of performance:

Armagh and Lisburn.

 

II.2.4)Description of the procurement:

 

Term contract for inspection and maintenance of underground infrastructure 2020 has defined three contract areas:

— IMU1 — Greater Belfast area;

— IMU2 — Coleraine, Omagh and Fermanagh areas;

— IMU3 — Armagh and Lisburn areas.

Within each contract area, the works to be undertaken under this contract may include, but not be limited to, the following principal work activities which are provided by way of example:

• desilting of culverts,

• CCTV surveys of culverts,

• trenchless/specialist repairs of culverts,

• Traffic management, gaining access to culverts, associated civil works.

 

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 1 750 000.00 GBP

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

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Term contracts have varying renewal dates.

 

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation

III.1.2)Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3)Technical and professional ability

Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure

Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system

IV.1.8)Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information

IV.2.2)Time limit for receipt of tenders or requests to participate

Date: 20/11/2020
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates

IV.2.4)Languages in which tenders or requests to participate may be submitted:

English

IV.2.6)Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 18/02/2021

IV.2.7)Conditions for opening of tenders

Date: 20/11/2020
Local time: 15:30

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Term contracts have varying renewal dates.

 

VI.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 online 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 online help, or contact the eTendersNI help desk. The documents may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the contracting authority using the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2).

The contracting authority is utilising an electronic tendering system to manage this procurement and to communicate with economic operators accordingly. It is intended that all communications with the contracting authority, including the accessing and submission of tender responses, will be conducted via eTendersNI. As part of its contract management procedures, the contracting authority and its CoPE will use the protocol for managing poor supplier performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures: https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures

The protocol sets out a series of five escalating stages to enable contracting authorities and its CoPEs to manage poor performance by suppliers.

• At Stage 4, as an alternative to terminating the contract, the 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 procurements, 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 procurements 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 procurements being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy for a period of 3 years.

A list of these bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

 

VI.4)Procedures for review

VI.4.1)Review body

Official name: The High Court
Postal address: Royal Court of Justice
Town: Belfast
Country: United Kingdom

VI.5)Date of dispatch of this notice:

15/10/2020
Details
End: 15/11/2020 12:00 am

Last Tenders

ROMANIA
Romania-București: Construction work for sewage pipes
Tender WebSite 👇 https://e-licitatie.ro/pub/notices/c-notice/v2/view/100162394   Download tender PDF 👇 2023-OJS035-103597-en   📌 Time limit for receipt of tenders or requests to participate Date: 20/03/2023  …
Bangladesh-Dhaka
Bangladesh-Dhaka: Construction work for water projects (end date 09/05/2022)
Short description: CONSTRUCTION OF INTAKE, RAW WATER PUMPING STATION AND RAW WATER PIPELINE INCLUDING TUNNEL CROSSING OF RIVER Description of the procurement:…
NORWAY
Norway-Holmestrand: Consulting services for water-supply and waste consultancy (end 21/10/2021)
DOWNLOAD 👇 Norway-Holmestrand Consulting services for water-supply and waste consultancy (end 21102021)   II.1.4) Short description: Framework agreement for technical consultants related…