Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure
James House, 2-4 Cromac Avenue
Belfast
BT7 2JA
UK
Contact person: Laura Catherwood
E-mail: pb1@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.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 sent electronically to:
https://etendersni.gov.uk/epps
Tenders or requests to participate must be sent 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 TRAM T-1136 LAGAN PEDESTRIAN AND CYCLE BRIDGE
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The proposed bridge is to be a twin-pylon, three-span cable stayed steel bridge over the River Lagan. The steel superstructure is supported on piled reinforced concrete piers and abutments and will convey a 5m wide shared pedestrian and cycle path, with approach ramps provided beyond the bridge at each end to tie into the existing pedestrian and cycle infrastructure. The cumulative bridge span is approximately 143m, comprising a 76m central span between pylons and two 33.5m back-spans. The height of the two steel pylons is approximately 26.5m. This will be a Design and Build project and as such the successful tenderer will be required to undertake the detailed design, fabrication, construction, testing and commissioning processes for all permanent and temporary works associated with the Contract, including but not limited to the following: • Detailed design of all permanent and temporary works • Technical approval and certification of the permanent and temporary works designs • Completion of all required further investigation, surveys and testing • Obtaining of all required third-party acceptances and/or approvals • Obtaining of all required licences and consents • Discharge of planning conditions • Construction of all permanent and temporary works • Management of utilities, stakeholders and temporary traffic and pedestrian arrangements Given the design and build nature of the contract the successful Economic Operator will be required to manage both the design and construction processes. The works to be undertaken as part of the Contract shall be set out in greater detail at the tender stage of the Procurement.
II.1.5) Estimated total value
Value excluding VAT:
23 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45200000
45220000
45240000
71300000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The proposed bridge is to be a twin-pylon, three-span cable stayed steel bridge over the River Lagan. The steel superstructure is supported on piled reinforced concrete piers and abutments and will convey a 5m wide shared pedestrian and cycle path, with approach ramps provided beyond the bridge at each end to tie into the existing pedestrian and cycle infrastructure. The cumulative bridge span is approximately 143m, comprising a 76m central span between pylons and two 33.5m back-spans. The height of the two steel pylons is approximately 26.5m. This will be a Design and Build project and as such the successful tenderer will be required to undertake the detailed design, fabrication, construction, testing and commissioning processes for all permanent and temporary works associated with the Contract, including but not limited to the following: • Detailed design of all permanent and temporary works • Technical approval and certification of the permanent and temporary works designs • Completion of all required further investigation, surveys and testing • Obtaining of all required third-party acceptances and/or approvals • Obtaining of all required licences and consents • Discharge of planning conditions • Construction of all permanent and temporary works • Management of utilities, stakeholders and temporary traffic and pedestrian arrangements Given the design and build nature of the contract the successful Economic Operator will be required to manage both the design and construction processes. The works to be undertaken as part of the Contract shall be set out in greater detail at the tender stage of the Procurement.
II.2.5) Award criteria
Criteria below:
Quality criterion: 50
/ Weighting: 50
Cost criterion: 50
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
23 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/07/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
24/01/2026
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
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 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).
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Courts of Justice
Belfast
BT1 6JF
UK
VI.5) Date of dispatch of this notice
04/06/2024