The procurement documents are available for unrestricted and full direct access, free of charge at:
Ministry or any other national or federal authority, including their regional or local subdivisions
II.1.1) Title
DfI Tram T-1144 Term Contract for Road Markings
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
II.1.5) Estimated total value
Value excluding VAT:
17 900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
Lot No: 1
II.2.1) Title
RMW2 Derry and Strabane / Fermanagh and Omagh
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
RME1 Belfast
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
2 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
RMS2 Newry, Mourne and Down / Ards and North Down
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
RMS1 Armagh, Banbridge and Craigavon
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
2 280 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
RMN2 Mid and East Antrim / Antrim and Newtownabbey
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
2 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: 6
II.2.1) Title
RME2 Lisburn and Castlereagh
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
1 920 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: 7
II.2.1) Title
RMW1 Mid Ulster (Cookstown, Dungannon, Magherafelt)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
1 700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: 8
II.2.1) Title
RMN1 Causeway Coast and Glens
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
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 Delivery of Temporary Traffic management as part of associated civils works on live traffic Public Roads B Removal of road markings C Laying of road markings using mechanical means D Laying of road markings by hand E Removal of road studs F Installation of road studs
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:
1 700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
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-bodieswhich-. ni-public. procurement-policy- applies.