Notice Information
Notice Title
DfI TRAM T-1136 LAGAN PEDESTRIAN AND CYCLE BRIDGE
Notice 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.
Lot Information
Lot 1
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046d4c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021281-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45000000 - Construction work
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
Notice Value(s)
- Tender Value
- £23,000,000 £10M-£100M
- Lots Value
- £23,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Jul 20241 years ago
- Submission Deadline
- 24 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR INFRASTRUCTURE
- Contact Name
- Laura Catherwood
- Contact Email
- pb1@infrastructure-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT7 2JA
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN0 Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-046d4c-2024-07-11T14:52:15+01:00",
"date": "2024-07-11T14:52:15+01:00",
"ocid": "ocds-h6vhtk-046d4c",
"description": "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).",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-046d4c",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DfI TRAM T-1136 LAGAN PEDESTRIAN AND CYCLE BRIDGE",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"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.",
"value": {
"amount": 23000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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.",
"awardCriteria": {
"criteria": [
{
"name": "50",
"type": "quality",
"description": "50"
},
{
"name": "50",
"type": "cost",
"description": "50"
}
]
},
"value": {
"amount": 23000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45240000",
"description": "Construction work for water projects"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-07-24T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-01-24T23:59:59Z"
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-07-24T15:00:00+01:00"
},
"newValue": {
"date": "2024-07-31T15:00:00+01:00"
},
"where": {
"section": "IV.2.2)"
}
},
{
"oldValue": {
"date": "2024-07-24T15:30:00+01:00"
},
"newValue": {
"date": "2024-07-31T15:30:00+01:00"
},
"where": {
"section": "II.2.7)"
}
}
],
"description": "Time limit for receipt of tenders or requests to participate has changed to 31 July 2024 at 3pm"
}
]
},
"parties": [
{
"id": "GB-FTS-115106",
"name": "Department for Infrastructure",
"identifier": {
"legalName": "Department for Infrastructure"
},
"address": {
"streetAddress": "James House, 2-4 Cromac Avenue",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT7 2JA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Laura Catherwood",
"email": "pb1@infrastructure-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-115178",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice",
"locality": "Belfast",
"postalCode": "BT1 6JF",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-115106",
"name": "Department for Infrastructure"
},
"language": "en"
}