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: Mark McDowell
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
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-1142 Term Contract for Environmental Maintenance
II.1.2) Main CPV code
77310000
II.1.3) Type of contract
Services
II.1.4) Short description
The Term Contract for Environmental Maintenance cover the following Local Government Districts EME1 - Belfast (North and South); EMN1 - Causeway Coast and Glens; EMS1 - Armagh, Banbridge and Craigavon; EMW1 - Cookstown, Dungannon and Magherafelt; EMW2 - Derry and Strabane 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: A. Maintaining grass in both urban and rural areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. B. Controlling weed growth in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. C. Cleaning, jetting and inspection of the roadside drainage system in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. Further ancillary works may be asked of the successful Economic Operator such as. 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut, remove or maintain trees / hedges and associated works. 9. Edge ploughing 10.Removal of advertising signs 11.Cleaning of road signs and marker posts
II.1.5) Estimated total value
Value excluding VAT:
41 250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 5 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
EMS1 Armagh, Banbridge and Craigavon
II.2.2) Additional CPV code(s)
45200000
45230000
45220000
77310000
77340000
45111000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Term Contract for Environmental Maintenance cover the following Local Government Districts EME1 - Belfast (North and South); EMN1 - Causeway Coast and Glens; EMS1 - Armagh, Banbridge and Craigavon; EMW1 - Cookstown, Dungannon and Magherafelt; EMW2 - Derry and Strabane 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: A. Maintaining grass in both urban and rural areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. B. Controlling weed growth in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. C. Cleaning, jetting and inspection of the roadside drainage system in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. Further ancillary works may be asked of the successful Economic Operator such as. 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut, remove or maintain trees / hedges and associated works. 9. Edge ploughing 10.Removal of advertising signs 11.Cleaning of road signs and marker posts
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
11 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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
Lot No: 2
II.2.1) Title
EMW1 Cookstown, Dungannon and Magherafelt
II.2.2) Additional CPV code(s)
45230000
45220000
77310000
77340000
45111000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Term Contract for Environmental Maintenance cover the following Local Government Districts EME1 - Belfast (North and South); EMN1 - Causeway Coast and Glens; EMS1 - Armagh, Banbridge and Craigavon; EMW1 - Cookstown, Dungannon and Magherafelt; EMW2 - Derry and Strabane 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: A. Maintaining grass in both urban and rural areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. B. Controlling weed growth in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. C. Cleaning, jetting and inspection of the roadside drainage system in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. Further ancillary works may be asked of the successful Economic Operator such as. 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut, remove or maintain trees / hedges and associated works. 9. Edge ploughing 10.Removal of advertising signs 11.Cleaning of road signs and marker posts
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
9 750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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
Lot No: 3
II.2.1) Title
EMW2 Derry and Strabane
II.2.2) Additional CPV code(s)
45230000
45220000
77310000
77340000
45111000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Term Contract for Environmental Maintenance cover the following Local Government Districts EME1 - Belfast (North and South); EMN1 - Causeway Coast and Glens; EMS1 - Armagh, Banbridge and Craigavon; EMW1 - Cookstown, Dungannon and Magherafelt; EMW2 - Derry and Strabane 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: A. Maintaining grass in both urban and rural areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. B. Controlling weed growth in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. C. Cleaning, jetting and inspection of the roadside drainage system in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. Further ancillary works may be asked of the successful Economic Operator such as. 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut, remove or maintain trees / hedges and associated works. 9. Edge ploughing 10.Removal of advertising signs 11.Cleaning of road signs and marker posts
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
9 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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
Lot No: 4
II.2.1) Title
EMN1 Causeway Coast and Glens
II.2.2) Additional CPV code(s)
45230000
45220000
77310000
77340000
45111000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Term Contract for Environmental Maintenance cover the following Local Government Districts EME1 - Belfast (North and South); EMN1 - Causeway Coast and Glens; EMS1 - Armagh, Banbridge and Craigavon; EMW1 - Cookstown, Dungannon and Magherafelt; EMW2 - Derry and Strabane 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: A. Maintaining grass in both urban and rural areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. B. Controlling weed growth in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. C. Cleaning, jetting and inspection of the roadside drainage system in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. Further ancillary works may be asked of the successful Economic Operator such as. 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut, remove or maintain trees / hedges and associated works. 9. Edge ploughing 10.Removal of advertising signs 11.Cleaning of road signs and marker posts
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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
Lot No: 5
II.2.1) Title
EME1 Belfast (North and South)
II.2.2) Additional CPV code(s)
45230000
45220000
77310000
77340000
45111000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Term Contract for Environmental Maintenance cover the following Local Government Districts EME1 - Belfast (North and South); EMN1 - Causeway Coast and Glens; EMS1 - Armagh, Banbridge and Craigavon; EMW1 - Cookstown, Dungannon and Magherafelt; EMW2 - Derry and Strabane 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: A. Maintaining grass in both urban and rural areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. B. Controlling weed growth in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. C. Cleaning, jetting and inspection of the roadside drainage system in areas adopted by a relevant roads authority including experience of undertaking appropriate Temporary Traffic Management on a live trafficked public road. Further ancillary works may be asked of the successful Economic Operator such as. 1. Maintaining grass areas using tractor / mowers 2. Maintaining grass areas using small motorised units / strimmers 3. Cleaning of road and footpath gullies 4. Jetting of drainage systems and inspection chambers 5. Weed Control to adopted areas 6. Emergency Responses (Grass Cutting / Gully Cleaning) 7. Traffic Management on Roads as defined in the Roads (NI) Order 1993. 8. Cut, remove or maintain trees / hedges and associated works. 9. Edge ploughing 10.Removal of advertising signs 11.Cleaning of road signs and marker posts
II.2.5) Award criteria
Criteria below:
Quality criterion: 20
/ Weighting: 20
Cost criterion: 80
/ Weighting: 80
II.2.6) Estimated value
Value excluding VAT:
4 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Term Contracts have varying renewal dates
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/08/2024
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:
03/12/2024
IV.2.7) Conditions for opening of tenders
Date:
05/08/2024
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 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. As part of its contract management procedures, the Contracting Authority and their 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 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. A list of these bodies subject to. Northern Ireland Public Procurement Policy can be viewed at:. https://www.finance-ni.gov.uk/articles/listpublic-bodies-which-ni-public. procurement-policy- applies..
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Courts of Justice
Belfast
BT2 3JF
UK
VI.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. the contract is communicated to tenderers. That notification will provide full information on. the award decision. This provides time for unsuccessful tenderers to challenge the award. decision before the contract is entered into.. Powered by
VI.5) Date of dispatch of this notice
20/06/2024