Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Infrastructure
James House, 2-4 Cromac Avenue
Belfast
BT7 2JA
UK
E-mail: pb2@infrastructure-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 TRAM - Provision of Topographical Surveys Services for Roads and Rivers (2 Lots)
Reference number: CfT 5150045
II.1.2) Main CPV code
71351810
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for Infrastructure wishes to appoint a Contractor or Contractors to provide additional topographical survey capacity necessary to supplement it's in-house provision. The Department relies on accurate topographical information to support a wide range of applications in the delivery of it's obligations, including design of road improvements, asset management, flood risk management and feasibility and design of flood alleviation schemes.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 700 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Roads
II.2.2) Additional CPV code(s)
71351810
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for Infrastructure wishes to appoint a Contractor or Contractors to provide additional topographical survey capacity necessary to supplement it's in-house provision. The Department relies on accurate topographical information to support a wide range of applications in the delivery of it's obligations, including design of road improvements, asset management, flood risk management and feasibility and design of flood alleviation schemes.
II.2.5) Award criteria
Quality criterion: Qualitative Criteria
/ Weighting: 30
Price
/ Weighting:
70
II.2.11) Information about options
Options:
Yes
Description of options:
There are options to extend the contract period by a further 2 periods of up to 12 months each
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
The total value of all lots is estimated to be £1.7m however depending on demand this may increase to £2m.
Lot No: 2
II.2.1) Title
Lot 2 - Rivers
II.2.2) Additional CPV code(s)
71351810
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for Infrastructure wishes to appoint a Contractor or Contractors to provide additional topographical survey capacity necessary to supplement it's in-house provision. The Department relies on accurate topographical information to support a wide range of applications in the delivery of it's obligations, including design of road improvements, asset management, flood risk management and feasibility and design of flood alleviation schemes.
II.2.5) Award criteria
Quality criterion: Qualitative Criteria
/ Weighting: 30
Price
/ Weighting:
70
II.2.11) Information about options
Options:
Yes
Description of options:
There are options to extend the contract period by a further 2 periods of up to 12 months each
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
The total value of all lots is estimated to be £1.7m however depending on demand this may increase to £2m.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-010473
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Lot 1 - Roads
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/08/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Orica
7 Hulls Lane
LISBURN
BT28 2SR
UK
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 935 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Lot 2 - Rivers
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/08/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Orica
7 Hulls Lane
LISBURN
BT28 2SR
UK
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 765 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering. on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach. satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach. satisfactory levels of contract performance, the matter will be escalated to senior management in DfI for further action. If this occurs. and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave. professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated.. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competition. being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. period of twelve months from the date of issue of the certificate
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
Belfast
UK
VI.5) Date of dispatch of this notice
21/08/2024