Modification of a contract/concession during its term
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority/entity
I.1)Name and addressesOfficial name: Department of Infrastructure - (formerly TransportNI)
Postal address: Clarence Court ,10-18 Adelaide Street
Town: Belfast
NUTS code:
UKN0 Northern IrelandPostal code: BT2 8GB
Country: United Kingdom
E-mail:
pb1@infrastructure-ni.gov.ukTelephone: +44 2890540540
Internet address(es): Main address:
www.infrastructure-ni.gov.ukAddress of the buyer profile:
www.etendersni.gov.uk Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DfI TNI — T-1064 Term Contract for Minor Improvement Works 2017
Reference number: T-1064
II.1.2)Main CPV code45000000 Construction work
II.1.3)Type of contractWorks
II.2)Description
II.2.1)Title:
DfI TNI — T-1064 Term Contract for Minor Improvement Works 2017 S2
Lot No: Lot 2 MIS2
II.2.2)Additional CPV code(s)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
II.2.3)Place of performanceNUTS code: UKN0 Northern Ireland
II.2.4)Description of the procurement at the time of conclusion of the contract:
Within each Contract, the works may include but not be limited to the following principal work activities provided by way of example: A. Network Improvement Schemes B. Drainage Installation C. Pavement Surfacing Memorandum of Information Part B Page 5 of 18 D. Earthworks E. Traffic Management F. Traffic Calming Schemes G. Transportation Schemes H. Working with Services / Utilities I. Other associated ancillary works.Many of the work activities to be carried out will require the successful Economic Operator to employ and use skilled personnel and specialist equipment and resources associated with such work activities. For each Contract, the successful Economic Operator will be required to carry out any such works instructed by a Works Order issued under the provisions of the contract. Such works will require a standard of works
delivery consistent with that defined in the Tender Documents. Reimbursement to the successful Economic Operator for such works will be paid to them generally on the basis of applicable rates and prices. Details of the contracts pricing mechanisms will be provided in the Tender Documents. For each Contract, it is likely that the successful Economic Operator will be required to work at more than 1 location at any 1 time in order to meet the requirements of TransportNI's programme of work. The Economic Operator will be expected to have sufficiently skilled and available resources necessary to meet the requirements of such a programme and will be required to include in his rates and prices for the inevitable peaks and troughs that will be inherent in any such programme. Such peaks and troughs may result from a variety of circumstances, not all within the control of TransportNI. The financial limits for individual Orders under Minor Improvement Works shall generally be between 15 001 GBP - 350 000 GBP (inclusive). Economic Operators should be advised that the Contracting Authority is under no obligation to issue any Works Order under this contract.
II.2.7)Duration of the contract, framework agreement, dynamic purchasing system or concessionDuration in months: 60
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
Section IV: Procedure
IV.2)Administrative information
IV.2.1)Contract award notice concerning this contract Section V: Award of contract/concession
Title:
DfI TNI — T-1064 Term Contract for Minor Improvement Works 2017 S2
V.2)Award of contract/concession
V.2.1)Date of conclusion of the contract/concession award decision:24/12/2016
V.2.2)Information about tendersThe contract/concession has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaireOfficial name: Gibson Banbridge Ltd
Postal address: 1 Kilmacrew Road
Town: Banbridge
NUTS code:
UKN0 Northern IrelandPostal code: BT31 4ES
Country: United Kingdom
E-mail:
enquires@gibsonbros.co.ukThe contractor/concessionaire is an SME: no
V.2.4)Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)Total value of the procurement: 5 400 000.00 GBP
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court,Royal Courts of Justice
Postal address: Chichester Street
Town: Belfast
Postal code: BT1 3JF
Country: United Kingdom
VI.5)Date of dispatch of this notice:18/05/2022
Section VII: Modifications to the contract/concession
VII.1)Description of the procurement after the modifications
VII.1.1)Main CPV code45000000 Construction work
VII.1.2)Additional CPV code(s)
VII.1.3)Place of performanceNUTS code: UKN0 Northern Ireland
VII.1.4)Description of the procurement:
Within each Contract, the works may include but not be limited to the following principal work activities provided by way of example: A. Network Improvement Schemes B. Drainage Installation C. Pavement Surfacing Memorandum of Information Part B Page 5 of 18 D. Earthworks E. Traffic Management F. Traffic Calming Schemes G. Transportation Schemes H. Working with Services / Utilities I. Other associated ancillary works.Many of the work activities to be carried out will require the successful Economic Operator to employ and use skilled personnel and specialist equipment and resources associated with such work activities. For each Contract, the successful Economic Operator will be required to carry out any such works instructed by a Works Order issued under the provisions of the contract. Such works will require a standard of works
delivery consistent with that defined in the Tender Documents. Reimbursement to the successful Economic Operator for such works will be paid to them generally on the basis of applicable rates and prices. Details of the contracts pricing mechanisms will be provided in the Tender Documents. For each Contract, it is likely that the successful Economic Operator will be required to work at more than 1 location at any 1 time in order to meet the requirements of TransportNI's programme of work. The Economic Operator will be expected to have sufficiently skilled and available resources necessary to meet the requirements of such a programme and will be required to include in his rates and prices for the inevitable peaks and troughs that will be inherent in any such programme. Such peaks and troughs may result from a variety of circumstances, not all within the control of TransportNI. The financial limits for individual Orders under Minor Improvement Works shall generally be between 15 001 GBP - 350 000 GBP (inclusive). Economic Operators should be advised that the Contracting Authority is under no obligation to issue any Works Order under this contract.
VII.1.5)Duration of the contract, framework agreement, dynamic purchasing system or concessionDuration in months: 72
VII.1.6)Information on value of the contract/lot/concession (excluding VAT)Total value of the contract/lot/concession: 5 400 000.00 GBP
VII.1.7)Name and address of the contractor/concessionaireOfficial name: Gibson Banbridge Ltd
Postal address: 1 Kilmacrew Road
Town: Banbridge
NUTS code:
UKN0 Northern IrelandPostal code: BT32 4ES
Country: United Kingdom
E-mail:
enquires@gibsonbros.co.ukThe contractor/concessionaire is an SME: no
VII.2)Information about modifications
VII.2.1)Description of the modificationsNature and extent of the modifications (with indication of possible earlier changes to the contract):
Contract Duration: Extension of 12 months in total
VII.2.2)Reasons for modificationNeed for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Contract Duration: The contract period is extended by 12 months beyond the published contract term due to Covid-19 workload restrictions which are having an impact on the ability of both DfI to develop tender competitions and the roads construction industry to respond to tender opportunities.
VII.2.3)Increase in priceUpdated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 5 400 000.00 GBP
Total contract value after the modifications
Value excluding VAT: 5 400 000.00 GBP