Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 4th Jun 2024

Tender Details
Referenceocds-h6vhtk-046d4c
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£23,000,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 4th Jun 2024

Tender Details
Referenceocds-h6vhtk-046d4c
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£23,000,000

Section I: Contracting authority

I.1) Name and addresses

Department for Infrastructure

James House, 2-4 Cromac Avenue

Belfast

BT7 2JA

Contact

Laura Catherwood

Email

pb1 [at] infrastructure-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

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 above-mentioned 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 above-mentioned address

I.4) Type of the contracting authority

Ministry or any other national or federal authority

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 - Construction work

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45240000 - Construction work for water projects
  • 71300000 - Engineering services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

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

Quality criterion - Name: 50 / Weighting: 50

Cost criterion - Name: 50 / Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £23,000,000

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.2.10) 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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

24 July 2024

Local time

3:00pm

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: 24 January 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

Country

United Kingdom