DRD Roads Service : York Street Interchange

  DRD Roads Service has published this notice through Delta eSourcing

Notice Summary
Title: York Street Interchange
Notice type: Prior Information Notice
Authority: DRD Roads Service
Nature of contract: Not applicable
Procedure: Not applicable
Short Description: The method proposed for the delivery of this project is to establish an integrated delivery team comprising, a consultant that will be responsible for progressing the project through the statutory procedures (a role currently being undertaken by the consultants engaged by TransportNI) supported by a contractor-led team that will provide advice during the development of the design that will inform the statutory orders. If the outcome of the Public Inquiry is successful the contractor led team will then be responsible for detailed design and construction. The main contract will be taken forward in two phases with a clear break point, before progressing to the construction phase. The contract will be based on the NEC3 PSC and Option C target cost approaches that will involve open-book accounting procedures. The works will comprise of: Construction Work for highways, roads. Construction of highway links between existing strategic roads and associated local road links. Works for complete or part construction and civil engineering works. Engineering works and construction works. Road Bridges Construction Works. Excavation and earthmoving works. Construction of Underpasses. Construction of pumping station and associated outfall. Underpinning of existing Lagan road bridge substructure. Strengthening of existing Dargan rail bridge substructure. Various surface works. Sewer construction works. Service Diversions. The objective of this contract is to provide a grade separated junction to replace the existing at-grade signal controlled junction. Direct road links will be provided between the Westlink and the M2 and M3 motorways using a combination of overbridges and underpasses adjacent to, and under, the existing Lagan road and Dargan rail bridges.
Published: 06/08/2015 15:39

View Full Notice

UK-Downpatrick: Construction work for highways, roads.

Section I: Contracting Authority
   Title: UK-Downpatrick: Construction work for highways, roads.
   I.1)Name, Addresses and Contact Point(s):
      Department for Regional Development
      Procurement Branch, Rathkeltair House, Downpatrick, BT30 6AJ, United Kingdom
      Email: TransportNI.Procurement@drdni.gov.uk, URL: www.drdni.gov.uk
      Attn: Roisin Boyle

      Further information can be obtained at: As Above
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II.A: Object Of The Contract (Works)
   II.1)Title attributed to the contract by contracting authority: York Street Interchange   
   II.2)Type of contract and location of works:   
            
      Region Codes: UKN01 - Belfast      
   II.3)Information on framework agreement:
      The notice involves the establishment of a framework agreement: No
   II.4)Short description of nature and scope of works:
      Construction work for highways, roads. Dual carriageway construction work. Works for complete or part construction and civil engineering work. Engineering works and construction works. Excavating and earthmoving work. Road bridge construction work. Civil engineering consultancy services. The method proposed for the delivery of this project is to establish an integrated delivery team comprising, a consultant that will be responsible for progressing the project through the statutory procedures (a role currently being undertaken by the consultants engaged by TransportNI) supported by a contractor-led team that will provide advice during the development of the design that will inform the statutory orders. If the outcome of the Public Inquiry is successful the contractor led team will then be responsible for detailed design and construction. The main contract will be taken forward in two phases with a clear break point, before progressing to the construction phase. The contract will be based on the NEC3 PSC and Option C target cost approaches that will involve open-book accounting procedures.

The works will comprise of:
Construction Work for highways, roads. Construction of highway links between existing strategic roads and associated local road links. Works for complete or part construction and civil engineering works. Engineering works and construction works. Road Bridges Construction Works. Excavation and earthmoving works. Construction of Underpasses. Construction of pumping station and associated outfall. Underpinning of existing Lagan road bridge substructure. Strengthening of existing Dargan rail bridge substructure. Various surface works. Sewer construction works. Service Diversions. The objective of this contract is to provide a grade separated junction to replace the existing at-grade signal controlled junction. Direct road links will be provided between the Westlink and the M2 and M3 motorways using a combination of overbridges and underpasses adjacent to, and under, the existing Lagan road and Dargan rail bridges.
   
      Range between: 90,000,000 and 110,000,000
      Currency: GBP
      Lots (for information about lots, use Annex B as many times as there are lots):
      This contract is divided into lots: No          
   II.5)Common Procurement Vocabulary:
      45233100 - Construction work for highways, roads.
      45233224 - Dual carriageway construction work.
      45200000 - Works for complete or part construction and civil engineering work.
      45220000 - Engineering works and construction works.
      45112000 - Excavating and earthmoving work.
      45221111 - Road bridge construction work.
      71311000 - Civil engineering consultancy services.
   II.6)Scheduled date for start of award procedures and duration of the contract:      Start of award procedures: 16/11/2015      Scheduled date for:
         Start of works: 01/07/2016
         Completion of works: 01/12/2020

   II.7)Information about Government Procurement Agreement (GPA):
      The contract is covered by the Government Procurement Agreement (GPA): Yes
   II.8)Additional Information:
      This Contract will be procured using the Restricted Procedure. The Contract Notice for the commencement of the Restricted Procedure is scheduled to be published on 16 November 2015.

The development of the design of the works sufficient to reach agreement on the Target (total of the prices) for the Works contract (subject to the conditions precedent defined in section V1.2 being met)
The development of the programme establishing the construction sequence and temporary traffic management proposals sufficient to reach agreement on the Target
The development and completion of a ground investigation contract using the NEC3 engineering and construction contract Option B to provide information to inform the design and development of the Target
The development and completion of an archaeological investigation contract using the NEC3 engineering and construction contract Option B to provide information to inform the design and development of the Target
The production of a post contract award Building Information Modelling (BIM) Execution Plan and Master Information Delivery Plan (MIDP) for the scheme in accordance with the requirements for BIM maturity level 2 established by Chapter 7 of Publicly Available Specification PAS 1192-2: 2013.

The Consultant shall be appointed on the basis of a NEC3 Professional Services Contract in order to develop the design sufficient and complete additional ground investigation and archaeological investigation contracts to reach agreement of the Target (total of the prices), all of which is referred to as Phase 1.

The works required under this contract involves the design and construction of a new grade separated interchange to replace the existing York Street signalised gyratory system in Belfast, Northern Ireland. Works will include the construction of an overall length of approximately 5km of road pavement, including new pavement construction and works to existing carriageways. The interchange requires the widening and realignment of the Westlink north of the Clifton Street junction, with new interchange links in a generally east to north-east direction providing connection to and from the M2 motorway, along with additional interchange links in an eastern direction to provide connection to and from the M3 motorway. These links are aligned below the existing superstructure of the Lagan road and Dargan rail bridges and between their various substructure,. Bridges at York Street and Dock Street are proposed to grade separate these interchange links from the existing surface streets. Additional slip roads are provided from the interchange links to the surface streets at York Street, Dock Street, Nelson Street and Duncrue Street.

The following principal work activities are included:
1. Detailed design and construction of roads and associated structures. The scheme will require the detailed design and construction of: four new overbridges; widening of two existing bridges; extension of an existing pedestrian underpass; twenty-two new retaining walls; several services culverts; the underpinning of the existing Lagan Bridge foundations in areas of restricted headroom; the strengthening of the existing Dargan Bridge foundations in areas of restricted headroom; the construction of four new underpasses with approximately 2km of embedded retaining walls, including the construction of approximately 100m of embedded retaining walls in areas of low headroom and limited lateral clearance to existing structures.

2. Detailed design and construction of drainage systems, including a new pumping station facility and associated outfall to existing drainage infrastructure subject to tidal conditions

3. Detailed design and construction of earthworks, taking account of evidenced poor ground conditions and the construction of steepened earthwork slopes adjacent to existing retaining wall structures and residential properties

4. Detailed design and construction of new road pavements

5. Detailed design and construction of associated major and minor utility diversion works in liaison with the relevant statutory undertakers

6. Detailed design and construction of associated motorway communications infrastructure, including the design, construction and commissioning of associated temporary diversionary measures to maintain operation during the construction period

7. Detailed design, installation, maintenance and removal of temporary traffic management for the 100,000 vehicles that use the junction on a daily basis

8. Management of environmental impacts during construction

9. Implementation of BIM maturity level 2 in accordance with the Contractor's BIM Execution Plan (BEP) and Master Information Delivery Plan (MIDP)

The contract, if awarded, shall be based on the NEC3 engineering and construction contract Option C with amendments, referred to as Phase 2, which will be required to use the Target (if adjusted by index, if applicable) which was agreed during a prior Phase 1 initial professional services contract.

It will be a requirement to implement Building Information Modelling (BIM) to BIM maturity level 2 on the works contract in accordance with the requirements of the Construction Industry Council (CIC) BIM Protocol and associated BIM standards, including Publicly Available Specification (PAS) 1192-2: 2013.       

   
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
   III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      To be advised in tender documents.       
   III.2)Conditions For Participation
   III.2.1)Information about reserved contracts: Not Provided      
Section VI: Complementary Information
   VI.1)Information about European Union funds: Yes       The contract is related to a project and/or programme financed by European Union funds:
      Development of this project has been part funded through the TEN-T funding – Ref. 2011-UK-93016-S   
   VI.2)Additional Information:
      Part funding for Construction will be applied for under the appropriate tranche.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=153279637
GO-201586-PRO-6897997 TKR-201586-PRO-6897896
   VI.3)Information On General Regulatory Framework
      Relevant governmental Internet sites where information can be found:
      Not Provided

   VI.4)Date Of Dispatch Of This Notice: 06/08/2015

View any Notice Addenda

UK-Downpatrick: Construction work for highways, roads.

Section I: Contracting Authority
   Title: UK-Downpatrick: Construction work for highways, roads.
   I.1)Name, Addresses And Contact Point(s)
      Department for Regional Development
      Procurement Branch, Rathkeltair House, Downpatrick, BT30 6AJ, United Kingdom
      Email: TransportNI.Procurement@drdni.gov.uk, URL: www.drdni.gov.uk
      Attn: Roisin Wilson
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: York Street Interchange
      II.1.2)Short description of the contract or purchase:
      Construction work for highways, roads. Dual carriageway construction work. Works for complete or part construction and civil engineering work. Engineering works and construction works. Excavating and earthmoving work. Road bridge construction work. Civil engineering consultancy services. The method proposed for the delivery of this project is to establish an integrated delivery team comprising, a consultant that will be responsible for progressing the project through the statutory procedures (a role currently being undertaken by the consultants engaged by TransportNI) supported by a contractor-led team that will provide advice during the development of the design that will inform the statutory orders. If the outcome of the Public Inquiry is successful the contractor led team will then be responsible for detailed design and construction. The main contract will be taken forward in two phases with a clear break point, before progressing to the construction phase. The contract will be based on the NEC3 PSC and Option C target cost approaches that will involve open-book accounting procedures.

The works will comprise of:
Construction Work for highways, roads. Construction of highway links between existing strategic roads and associated local road links. Works for complete or part construction and civil engineering works. Engineering works and construction works. Road Bridges Construction Works. Excavation and earthmoving works. Construction of Underpasses. Construction of pumping station and associated outfall. Underpinning of existing Lagan road bridge substructure. Strengthening of existing Dargan rail bridge substructure. Various surface works. Sewer construction works. Service Diversions. The objective of this contract is to provide a grade separated junction to replace the existing at-grade signal controlled junction. Direct road links will be provided between the Westlink and the M2 and M3 motorways using a combination of overbridges and underpasses adjacent to, and under, the existing Lagan road and Dargan rail bridges.
      
      II.1.3)Common procurement vocabulary:
      45233100 - Construction work for highways, roads.
      
      45233224 - Dual carriageway construction work.
      
      45200000 - Works for complete or part construction and civil engineering work.
      
      45220000 - Engineering works and construction works.
      
      45112000 - Excavating and earthmoving work.
      
      45221111 - Road bridge construction work.
      
      71311000 - Civil engineering consultancy services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Not Provided       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 163000
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2015/S 153 - 281647 of 11/08/2015      
      IV.2.4)Date of dispatch of the original Notice: 06/08/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice:            
            Place of text to be added: Section II.8) Additional Information
            
            Text to be added: The Contracting Authority intends to hold an open forum to update prospective Economic Operators on the York Street Interchange Project on 23rd September 2015 in Belfast. Interested parties should contact Roisin Wilson by email at transportni.procurement@drdni.gov.uk to register their interest and to obtain further details of the forum.

      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=157345229
GO-2015825-PRO-6976438 TKR-2015825-PRO-6976437

      VI.5)Date of dispatch: 25/08/2015

View Award Notice