Tender

DfI TRAM T-1131 A1 Junctions Phase 2 Road Improvements Scheme

DEPARTMENT FOR INFRASTRUCTURE

This public procurement record has 4 releases in its history.

TenderUpdate

29 Jan 2025 at 11:45

TenderUpdate

16 Jan 2025 at 16:35

Tender

12 Dec 2024 at 11:42

Planning

17 Sep 2024 at 13:37

Summary of the contracting process

The Department for Infrastructure (DfI) is seeking tenders for the "DfI TRAM T-1131 A1 Junctions Phase 2 Road Improvements Scheme," which involves significant road construction and civil engineering works. This project is focused on enhancing a 25.2km stretch of the A1 dual carriageway between Loughbrickland and the Hillsborough Roundabout. The procurement stage is currently in the Tender phase, and key dates include an amended submission deadline of 5th February 2025 at 15:00. The contract, valued at approximately £78 million GBP, requires the design and build of various elements such as 4 Compact Grade Separated Junctions (CGSJ), new link roads, central reserve safety barrier installations, and intelligent transport systems.

This tender presents substantial opportunities for businesses involved in construction, engineering, and related sectors. Companies experienced in large-scale infrastructure projects, particularly those familiar with design and build contracts, will find this tender highly suitable. Small and Medium Enterprises (SMEs) are encouraged to participate, given the scope for varied subcontracting work encompassing areas like road design, civil works, ITS installations, and utility alterations. Successful engagement in this tender can help firms expand their portfolio, enhance their market reputation, and secure substantial revenue from government contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DfI TRAM T-1131 A1 Junctions Phase 2 Road Improvements Scheme

Notice Description

The works required under this contract involve the design and construction of improvement works along approximately 25.2km of the A1 dual carriageway between Loughbrickland and the Hillsborough Roundabout. This will be a Design and Build contract, and as such the applicant will be required to manage the design and the construction processes for all permanent and temporary works associated with the Contract. The proposed scheme will include, but is not limited to, the following main elements: (i) Construction of 4 Compact Grade Separated Junctions (CGSJ), (ii) Construction of a new northbound on-slip from the Castlewellan Road (Banbridge) onto the A1, (iii) Construction of a link road connecting the Milebush Road to the Hillsborough Road CGSJ, Dromore, (iv) Closure of all gaps within the central reserve, (v) Installation of a continuous rigid central reserve safety barrier the full 25.2km length of the scheme, (vi) Closure of 9 selected side roads and approximately 50 private accesses on the mainline, (vii) Conversion of 21 No. existing minor road junctions onto the A1 to Left-IN/Left-Out (LILO) configurations, (viii) Installation of Intelligent Transport Systems (ITS) including Variable Message Signs (VMS), Closed-Circuit Television (CCTV) and Automatic Number Plate Recognition (ANPR), and (ix) Accommodation works including accesses, laneways, fencing, planting, drainage, utility alterations, etc.

Lot Information

Lot 1

The works required under this contract involve the design and construction of improvement works along approximately 25.2km of the A1 dual carriageway between Loughbrickland and the Hillsborough Roundabout. This will be a Design and Build contract, and as such the applicant will be required to manage the design and the construction processes for all permanent and temporary works associated with the Contract. The proposed scheme will include, but is not limited to, the following main elements: (i) Construction of 4 Compact Grade Separated Junctions (CGSJ), (ii) Construction of a new northbound on-slip from the Castlewellan Road (Banbridge) onto the A1, (iii) Construction of a link road connecting the Milebush Road to the Hillsborough Road CGSJ, Dromore, (iv) Closure of all gaps within the central reserve, (v) Installation of a continuous rigid central reserve safety barrier the full 25.2km length of the scheme, (vi) Closure of 9 selected side roads and approximately 50 private accesses on the mainline, (vii) Conversion of 21 No. existing minor road junctions onto the A1 to Left-IN/Left-Out (LILO) configurations, (viii) Installation of Intelligent Transport Systems (ITS) including Variable Message Signs (VMS), Closed-Circuit Television (CCTV) and Automatic Number Plate Recognition (ANPR), and (ix) Accommodation works including accesses, laneways, fencing, planting, drainage, utility alterations, etc.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-049b8d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002949-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning 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


CPV Codes

45200000 - Works for complete or part construction and civil engineering work

45220000 - Engineering works and construction works

45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

Notice Value(s)

Tender Value
£78,000,000 £10M-£100M
Lots Value
£78,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jan 20251 years ago
Submission Deadline
23 Jan 2025Expired
Future Notice Date
31 Jan 2025Expired
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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR INFRASTRUCTURE
Contact Name
Not specified
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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-049b8d-2025-01-29T11:45:16Z",
    "date": "2025-01-29T11:45:16Z",
    "ocid": "ocds-h6vhtk-049b8d",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-049b8d",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DfI TRAM T-1131 A1 Junctions Phase 2 Road Improvements Scheme",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45200000",
            "description": "Works for complete or part construction and civil engineering work"
        },
        "mainProcurementCategory": "works",
        "description": "The works required under this contract involve the design and construction of improvement works along approximately 25.2km of the A1 dual carriageway between Loughbrickland and the Hillsborough Roundabout. This will be a Design and Build contract, and as such the applicant will be required to manage the design and the construction processes for all permanent and temporary works associated with the Contract. The proposed scheme will include, but is not limited to, the following main elements: (i) Construction of 4 Compact Grade Separated Junctions (CGSJ), (ii) Construction of a new northbound on-slip from the Castlewellan Road (Banbridge) onto the A1, (iii) Construction of a link road connecting the Milebush Road to the Hillsborough Road CGSJ, Dromore, (iv) Closure of all gaps within the central reserve, (v) Installation of a continuous rigid central reserve safety barrier the full 25.2km length of the scheme, (vi) Closure of 9 selected side roads and approximately 50 private accesses on the mainline, (vii) Conversion of 21 No. existing minor road junctions onto the A1 to Left-IN/Left-Out (LILO) configurations, (viii) Installation of Intelligent Transport Systems (ITS) including Variable Message Signs (VMS), Closed-Circuit Television (CCTV) and Automatic Number Plate Recognition (ANPR), and (ix) Accommodation works including accesses, laneways, fencing, planting, drainage, utility alterations, etc.",
        "value": {
            "amount": 78000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The works required under this contract involve the design and construction of improvement works along approximately 25.2km of the A1 dual carriageway between Loughbrickland and the Hillsborough Roundabout. This will be a Design and Build contract, and as such the applicant will be required to manage the design and the construction processes for all permanent and temporary works associated with the Contract. The proposed scheme will include, but is not limited to, the following main elements: (i) Construction of 4 Compact Grade Separated Junctions (CGSJ), (ii) Construction of a new northbound on-slip from the Castlewellan Road (Banbridge) onto the A1, (iii) Construction of a link road connecting the Milebush Road to the Hillsborough Road CGSJ, Dromore, (iv) Closure of all gaps within the central reserve, (v) Installation of a continuous rigid central reserve safety barrier the full 25.2km length of the scheme, (vi) Closure of 9 selected side roads and approximately 50 private accesses on the mainline, (vii) Conversion of 21 No. existing minor road junctions onto the A1 to Left-IN/Left-Out (LILO) configurations, (viii) Installation of Intelligent Transport Systems (ITS) including Variable Message Signs (VMS), Closed-Circuit Television (CCTV) and Automatic Number Plate Recognition (ANPR), and (ix) Accommodation works including accesses, laneways, fencing, planting, drainage, utility alterations, etc.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "40",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "60",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 78000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-01-31T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2025-01-23T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-01-23T23:59:59Z"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": ": 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. contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the. unsuccessful tenderers to challenge the award decision before the contract is entered into.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-01-23T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-03T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-02-03T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-05T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Tender must be valid until: 23 January 2026"
                        },
                        "newValue": {
                            "text": "Tender must be valid until: 05 February 2026"
                        },
                        "where": {
                            "section": "IV.2.6)"
                        }
                    }
                ]
            }
        ]
    },
    "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": {
                "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-132610",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Chichester Street",
                "locality": ": Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-115106",
        "name": "Department for Infrastructure"
    },
    "language": "en",
    "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)."
}