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 Award Notice

DfC - Strategic Partner Framework for Department for Communities and its participating Arm’s Length Bodies

  • First published: 19 July 2022
  • Last modified: 19 July 2022

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-033196
Published by:
Department for Communities
Authority ID:
AA72536
Publication date:
19 July 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Department for Communities (DfC) and participating Arm’s length bodies have a requirement to set up a single supplier Strategic Partner Framework Agreement to support and enable them to meet the strategic goals and objectives outlined in the Departments Five Year Strategy and deliver associated Work Packages. This Framework Agreement will allow the Participating bodies listed in the Specification Schedule to establish a Call-off Contract with the successful Contractor to provide professional services when required. Further details are provided within the Specification Schedule. The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Department for Communities

NINE Lanyon Place

BELFAST

BT1 3LP

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Department for Communities

NINE Lanyon Place

Belfast

BT1 3LP

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Armagh Observatory

College Hill

Armagh

BT61 9DG

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Armagh Planetarium

College Hill

Armagh

BT61 9DB

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Arts Council of Northern Ireland

MacNeice House 77 Malone Road

Belfast

BT9 6AQ

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Charity Commission for Northern Ireland

257 Lough Road Lurgan

Craigavon

BT66 6NQ

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

National Museums Northern Ireland

Cultra

Holywood

BT18 0EU

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Northern Ireland Housing Executive

2 Adelaide Street

Belfast

BT2 8BP

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Northern Ireland Museums Council

6 Crescent Gardens

Belfast

BT7 1NS

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Libraries NI

Lisburn City Library 23 Linenhall Street

Lisburn

BT28 1FJ

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

Local Government Staff Commission

22 Gordon Street, Belfast

Belfast

BT1 2LG

UK

E-mail: SSDAdmin.CPD@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.1) Name and addresses

The Commissioner for Older People for NI

Equality House 7-9 Shaftesbury Square

Belfast

BT2 7DP

UK

E-mail: SSDAdmin.CPD@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 involves joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfC - Strategic Partner Framework for Department for Communities and its participating Arm’s Length Bodies

Reference number: ID 3722612

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Department for Communities (DfC) and participating Arm’s length bodies have a requirement to set up a single supplier Strategic Partner Framework Agreement to support and enable them to meet the strategic goals and objectives outlined in the Departments Five Year Strategy and deliver associated Work Packages. This Framework Agreement will allow the Participating bodies listed in the Specification Schedule to establish a Call-off Contract with the successful Contractor to provide professional services when required. Further details are provided within the Specification Schedule. The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 10 500 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

79410000

79411000

79411100

79412000

79414000

79990000

75111200

66170000

70000000

70332200

70331000

70332000

72000000

72212482

72220000

72221000

72222300

72224100

72227000

72266000

72224000

72500000

72600000

72800000

92000000

92500000

79300000

79310000

75300000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Department for Communities (DfC) and participating Arm’s length bodies have a requirement to set up a single supplier Strategic Partner Framework Agreement to support and enable them to meet the strategic goals and objectives outlined in the Departments Five Year Strategy and deliver associated Work Packages. This Framework Agreement will allow the Participating bodies listed in the Specification Schedule to establish a Call-off Contract with the successful Contractor to provide professional services when required. Further details are provided within the Specification Schedule. The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework.

II.2.5) Award criteria

Quality criterion: AC1 Proposed Team Experience / Weighting: 21.84

Quality criterion: AC2 Proposed Methodology / Weighting: 21.84

Quality criterion: AC3 Contract Management / Weighting: 10.92

Quality criterion: AC4 Buy Social / Weighting: 10.4

Cost criterion: AC5 Price / Weighting: 35

II.2.11) Information about options

Options: Yes

Description of options:

The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework. The estimated contract value indicated in II.1.5 and II.2.6 represents the potential value of spend under this contract which is estimated to be in the range of £6.7m to £10.5m GBP exclusive of VAT.

II.2.13) Information about European Union funds

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

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

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 000-011001

Section V: Award of contract

Contract No: 1

Title: Contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/07/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Deloitte - Main Account MCS/LLP

Hill House

LONDON

EC4A 3JR

UK

Telephone: +44 2890322861

E-mail: cpdtenders@deloitte.co.uk

Fax: +44 2890531336

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 10 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The successful Contractor’s performance on this Framework will be managed as per the specification. and regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be grounds for termination of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of Unsatisfactory Performance. A central register of such Notices for supplies and services Contracts will be maintained and published on the CPD website. Any Contractor in receipt of multiple Notice of Written Warning or Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the Contractor being excluded from all procurement competitions being undertaken by Centres of. Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations

Belfast

UK

VI.5) Date of dispatch of this notice

18/07/2022

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
72212482 Business intelligence software development services Programming services of application software
70332200 Commercial property management services Non-residential property services
75300000 Compulsory social security services Administration, defence and social security services
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72500000 Computer-related services IT services: consulting, software development, Internet and support
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
79412000 Financial management consultancy services Business and management consultancy services
79411000 General management consultancy services Business and management consultancy services
79414000 Human resources management consultancy services Business and management consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
75111200 Legislative services Executive and legislative services
92500000 Library, archives, museums and other cultural services Recreational, cultural and sporting services
79300000 Market and economic research; polling and statistics Business services: law, marketing, consulting, recruitment, printing and security
79310000 Market research services Market and economic research; polling and statistics
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
72224000 Project management consultancy services Systems and technical consultancy services
70000000 Real estate services Construction and Real Estate
92000000 Recreational, cultural and sporting services Other Services
70331000 Residential property services Property management services of real estate on a fee or contract basis
72266000 Software consultancy services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72224100 System implementation planning services Project management consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy 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:
SSDAdmin.CPD@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.