Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DoF 4957638 Pan Government Framework For Ground Investigation Works 2023 (Revised)

  • First published: 19 August 2023
  • Last modified: 19 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0389cb
Published by:
Department of Finance
Authority ID:
AA55145
Publication date:
19 August 2023
Deadline date:
02 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies in Northern Ireland.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

UK

Contact person: Construct.Infofinance-ni.gov.uk

Telephone: +44 2890816555

E-mail: Construct.Info@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etendersni.gov.uk/epps


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DoF 4957638 Pan Government Framework For Ground Investigation Works 2023 (Revised)

II.1.2) Main CPV code

45111250

 

II.1.3) Type of contract

Works

II.1.4) Short description

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies in Northern Ireland.

II.1.5) Estimated total value

Value excluding VAT: 8 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

A max. of two Lots may

be awarded to any one Tenderer. The same Tenderer will therefore not be appointed for all Lots. Lots will be awarded in numerical

order to the Tenderer that submitted the Most Economically Advantageous Tender (MEAT). In the event that the same Tender submits

the MEAT for all four lots, then Lots 3 and 4 will be awarded to the Tenderer in second place.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Northern Area – Causeway Coast and Glens; Mid and East Antrim; Antrim and Newtownabbey

II.2.2) Additional CPV code(s)

71510000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Northern Area – Causeway. Coast and Glens; Mid and East Antrim; Antrim and Newtownabbey

II.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies in Northern Ireland.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may

be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework

Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal in 2027

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations. using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework. Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by. successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure. similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future. workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate.

Lot No: 2

II.2.1) Title

Lot 2: Eastern Area – Belfast; Lisburn and Castlereagh

II.2.2) Additional CPV code(s)

71510000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

astern Area – Belfast; Lisburn. & Castlereagh

II.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies in Northern Ireland.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may

be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework

Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal

in 2027

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations. using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework. Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by. successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure. similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future. workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate

Lot No: 3

II.2.1) Title

Lot 3: Western Area – Mid Ulster; Derry and Strabane; Fermanagh and Omagh

II.2.2) Additional CPV code(s)

71510000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Western Area – Mid Ulster;. Derry and Strabane; Fermanagh and Omagh

II.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies in Northern Ireland.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may

be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework

Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal

in 2027.

II.2.9) Information about the limits on the number of candidates to be invited

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

II.2.14) Additional information

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations. using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework. Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by. successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure. similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future. workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate.

Lot No: 4

II.2.1) Title

Lot 4: Southern Area – Armagh, Banbridge and Craigavon; Newry, Mourne and Down; North Down and Ards

II.2.2) Additional CPV code(s)

71510000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Southern Area – Armagh,. Banbridge and Craigavon; Newry, Mourne and Down; North Down. and Ards

II.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies in Northern Ireland.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may

be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework

Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal

in 2027

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations. using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework. Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by. successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure. similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future. workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Contractors are required to be registered on Constructionline. Suppliers should have a.. minimum category value of £175,000 (estimated value) in at least one of the Constructionline Categories specified


Minimum level(s) of standards required:

The number of Lots awarded to a single Tenderer will be limited to a maximum of.. two. The value stated above (£175,000) is the minimum value required to be eligible for one Lot only. To be eligible for multiple lots, the.. Tenderer will be required to have a Category Value equal to or greater than the required value for one Lot multiplied by the number of.. Lots awarded.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Economic Operators’ performance on this Framework Agreement will be regularly... monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier... Performance contained in Annex K of the Construction Procurement Toolkit see https://www.finance-ni.gov.uk/sites/default/files/... publications/dfp/Construction%20Toolkit%20%28pdf%20version%2030%20Sept%2022%20%281%29.PDF%29.PDF. If an Economic... Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting... Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurements, being undertaken on behalf of... bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively.. A.. list. of bodies subject to Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/. listpublicbodies-.. which-ni-public-procurement-policy-applie

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-034040

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/10/2023

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30/01/2024

IV.2.7) Conditions for opening of tenders

Date: 02/10/2023

Local time: 15:30

Place:

via CPDs eTendersNI Tender Procurement Portal

Information about authorised persons and opening procedure:

Tenders will be opened by the appropriate numbers of staff of CPD's. Procurement Operations Branch

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Framework to be renewed in Summer of 2027

VI.3) Additional information

The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by... publication of this notice; (b) To make whatever changes it may see fit to the content and structure of the tendering competition; and in... no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as.. a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction.. of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition... The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so,.. the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice... No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the.. right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify.. any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public.. interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later.. prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation.. to Tender Documentation or as otherwise required during the process. Instructions on how to submit a tender; - Suppliers must be.. registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/.. epps/home.do All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation.. document held within the documents area for this procurement on the eTendersNI portal.

VI.4) Procedures for review

VI.4.1) Review body

Department of Finance, CPD, Procurement Operations Branch

Clare House

Belfast

BT3 9ED

UK

Telephone: +44 2890816555

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures: This procurement.. is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering,.. loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the.. High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers... That. notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days,.. provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating. to.. any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic. operator. first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3. months,.. where the court considers that there is a good reason for doing so).

VI.5) Date of dispatch of this notice

18/08/2023

Coding

Commodity categories

ID Title Parent category
45111250 Ground investigation work Demolition, site preparation and clearance work
71510000 Site-investigation services Construction-related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Construct.Info@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.